Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2002 FBO #0175
SOLICITATION NOTICE

70 -- General-purpose information technology equipment.

Notice Date
5/24/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Information Systems Agency, Acquisition Directorate, DITCO-NCR, 5111 Leesburg Pike Skyline 5, Suite 900A, Falls Church, VA, 22041-3206
 
ZIP Code
22041-3206
 
Solicitation Number
DCA100-02-T-4047
 
Response Due
6/4/2002
 
Archive Date
6/19/2002
 
Point of Contact
Costella Davis, Contract Specialist, Phone (703)681-0928, Fax (703)681-1211,
 
E-Mail Address
davis1s@ncr.disa.mil
 
Description
This is a combined synopsis / solicitation for the purchase of (Quantity: 732, Color: Beige) 2 Wire Palm Microphone Surveillance kits (Earpiece Assembly with microphone and push-to-talk combined for the Motorola XTS 3000 radio. (Motorola part number: BDN6667A, BRAND NAME OR Equal ONLY other known part numbers: V1-10165 or SK3062E). This document is being prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Offers are to be forwarded to the following address by no later than 2:00 p.m. EST, 04 June 2002: DISA, DITCO-NCR, Code AQN2, Attn: Costella Davis, 5111 Leesburg Pike, Suite 900A, Skyline 5, Falls Church, VA 22041-3206. Overnight packages MUST have a name and phone number on outside of package for pickup (Ms. Davis, (703) 681-0928). Offers may be faxed to (703) 681-1465. Any questions on the above may be directed to Ms. Davis at the above number. The solicitation number is Request For Quote (RFQ) DCA100-02-T-4047. Please include your business size, Cage Code, DUNs Number, Tax Identification Number, and CCR Status. THIS REQUIREMENT IS NEEDED IMMEDIATELY. OFFERORS MUST SUBMIT THEIR QUOTES BASED ON THE INFORMATION PRESENTED HEREIN AND IT IS NOT ANTICIPATED THAT THERE WILL BE ANY RFQ AMENDMENTS. QUOTATIONS MUST BE RECEIVED IN WRITING. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06. The North American Classification is 334210 and the Size Standard is 1,000 employees. The requirement is solicited on an open market basis for potential set-aside to a small business. If two or more business firms submit responsive proposals the requirement will be set-aside to small businesses and award be made to that small business offering the lowest price. Should fewer than two small businesses submit responsive proposals the requirement will be deemed unrestricted and award made to the lowest responsive Offeror. Normally, the Government expects to see a discount, which is at least equal to that provided by your standard commercial discount policy for that item. The Offeror's standard commercial packing / packaging will be utilized to provide for damage-free shipment and receipt at destination. THE OFFERED PRICE WILL INCLUDE ALL FRIEGHT CHARGES. Destination for supplies will be Washington, D.C. Anticipated award date is no later than 18 Jun 2002. The Government intends to award (1) purchase order for the above requirement to the lowest priced offeror who meets all of the requirements stated herein. The following FAR Part 12 clauses apply: 1) FAR 52.212-1, Instructions to Offerors-Commercial Items (no additional instructions other than noted above); 2) 52.212-4, Contract Terms and Conditions; 3) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, additional terms: FAR 52.222-3, Convict Labor, FAR 52.232-17, Interest; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contract Registration; FAR 52.233-3, Protest After Award; FAR 52.247-34, F.O.B. Destination; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders- Commercial Items, and DFARS 252.204-7004 Required Contractor Registration a. All information technology provided under, or in support of, this contract by the contractor and All subcontractors shall be Year 2000 compliant. "Year 2000 compliant" means, with respect to information technology, that the information technology accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date/time data with it. b. To ensure Year 2000 compliance, the contractor shall, at a minimum, test a representative sampling of the information technology, or the same type of information technology, that will be provided under the contract. Year 2000 Compliance testing will be accomplished and documented in accordance with generally accepted commercial standards/practices. If requested, the contractor shall provide the Government with a copy of such Year 2000 compliance test documentation at no additional cost to the Government.
 
Record
SN00082795-W 20020526/020524213025 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.