Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2002 FBO #0290
SOLICITATION NOTICE

70 -- Sony VAIO Subnotebooks with accessories

Notice Date
9/16/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Information Systems Agency, White House Communications Agency, White House Communications Agency, 2743 Defense Boulevard, S.W., Anacostia Annex, Washington, DC, 20373-5815
 
ZIP Code
20373-5815
 
Solicitation Number
DWHPR2J115
 
Point of Contact
Warren Riley, Contracting Officer, Phone 202 757-5237, Fax 202 757-5264,
 
E-Mail Address
rileyw@ncr.disa.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a conbined synopsis/solicitation for the acquisition of Six (6) Sony VAIO's Notebooks with accessories. This equipment is being procured as Brand Name Only. The following is a list of the required supplies: Item & description Quantity 1. Sony VAIO Model: PCG-C_____ 2.) Upgrade RAM to 384MB Code: PCGA-MM38; 6 each. 3.) Spare Standard Battery Code: GSGA-BP51, 6 each. 4.) Extended Battery, 6 each. 5.) Quad Capacity Battery, Code PCGA-BP54, 6 each. 6.) Spare A/C Adapter Code: PCGA-AC16V4, 6 each. 7.) USB Floppy Drive , PCGA-UFD5, 6 each. 8.) Cable-powered DVD/CD-RW Drive, PCGA-CRWD1, 6 each. 9.) US Keyboard Replacement, C1VSX-KBDUS, 6 each. 10.) Windows XP Professional, WINXPP, 6 each. 11.) Microsoft Officer XP Professional, OFCCPPR, 6 each. 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 before 2:00 p.m., Sep 20, 2002, EST, by the following means: Offers may be faxed to 202-757-5264 or emailed to rileyw@ncr.disa.mil. Any questions on the above may be directed to TSgt Riley at (202) 757-5237. Please include your business size (i.e., S, SDB, 8(a), WOB, HUBzone, Large) Cage Code, DUNs Number, CCR registration Status, Tax Identification Number, and in accordance with Section 508, your compliance or non-compliance. 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 EITHER BY FAX OR EMAIL. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08. The North American Classification is 334111 and the Size Standard is1, 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 (F.o.b. Destination). Anticipated award date is no later than 20 Sep 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. (a) ?Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) requires Federal agencies acquiring Electronics and information Technology (EIT) to ensure that Federal employees with disabilities have access to and use of information and data that is comparable to the access and use by Federal employees who are not individuals with disabilities. (b) All EIT procured under this contract/order must met the following 36 CFR 1194 accessibility standards. The full text of the accessibility standards is available at: http://www.access-board.gov/sec508/508standards.htm ___ 1194.21 ? Software Applications and Operating Systems ___1194.22 ? Web Based Intranet and Internet Information and Applications. _X_1194.23 ? Telecommunications Products. ___ 1194.24 ? Video and Multimedia Products. ___ 1194.25 ? Self-Contained, Closed Products. _X_1194.26 ? Desktop and Portable Computers. _X_ 1194.31 ? Functional Performance Criteria (c) The standards do not require the installation of specific accessibility-related software or the attachment of an assertive technology devise(s), but merely require that the EIT be compatible with such software and device(s) so that it can be made accessible if so required in the future. (d) Contractors may propose products or services that result in substantially equivalent or greater access to and use by individuals with disabilities; this is known as equivalent facilitation. The following FAR and DFAR clauses apply: FAR 52.212-4, Contract Terms and Conditions ? Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items 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 DFAR 252.204-7004, Required Contract Central Registration DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 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. 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. Delivery/Place of Performance Products will be delivered primarily to: White House Communication Agency 2743 Defense Blvd, SW, Bldg 399 Anacostia Annex DC 20373-5815 Point of Contact Warren Riley, Contracting Officer/Contract Specialist, Phone (202) 757-5237, Fax: (202) 757-5264, Email: rileyw@ncr.disa.mil
 
Place of Performance
Address: White House Communications Agency, 2743 Defense Blvd., SW, Anacostia Annex D.C.
Zip Code: 20373-5815
Country: USA
 
Record
SN00167433-W 20020918/020916213041 (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.