Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2004 FBO #0984
SOLICITATION NOTICE

70 -- Army Food Management Information System (AFMIS)

Notice Date
8/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W911QZ-4128-4037
 
Response Due
8/9/2004
 
Archive Date
10/8/2004
 
Point of Contact
Jane Borden, 703-325-1709
 
E-Mail Address
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center Washington
(jane.borden@cacw.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: QUO TES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Requisition number W911QZ-4128-4037 is issued as a Request for Quotation (RFQ). This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circ ular 01-24 and Defense Acquisition circular 91-13. This is a 100% Small Business Set Aside. The NAICS code 541512 applies to this solicitation. The size standard is $21 Million. The USA CECOM Acquisition CTR-Washington intends to award a firm fixed pric e Purchase Order in support of the Army Food Management Information System (AFMIS) Point of Sale (POS) software system. The items being procured will be used to operate the AFMIS POS software system. OFFERORS SHALL PROVIDE HARDWARE INTEGRATION/INSTALLATI ON THAT SUPPORTS THE AFMIS SYSTEM, PUT ALL ITEMS ON ONE OR TWO PALLETS, SHIP TO THE ABOVE SHIP TO ADDRESS WITH A DELIVERY DATE OF NO LATER THAN 15 AUG 2004. NO SPLIT SHIPMENTS ALLOWED. THIS IS AN ALL OR NONE QUOTE. The offeror shall provide the followin g equipment that is the same brand identified: CLIN 0001 Kingston 256MB Memory Mod (800) Upgrade Mfr P/N KTC3614/256 Quantity 13 each. CLIN 0002 12/24GB DDS3 Internal SCSI-2 DAT Tape Drive (1 per DFAC Svr) Mfr. (HP) P/N: 295513-B22 Quantity 13 each. CLI N 0003 12/24 DAT Tape Cassette (10 per pack/1 per Svr) Mfr (HP) P/N: 26047300 Quantity 13 each. CLIN 0004 Uninterruptable Power Supply (UPS) 1 per Device Mfr (APC) P/N: BP650S Quantity 30 each. CLIN 0005 Gemplus GemPC 433-SL w/USB Cable or (GEMPC410-SL USB) Mfr. P/N: GEMPC433-SL Quantity 30 each. CLIN 0006 Cherry External NumPad (1 per POS) Mfr. P/N: G80-3700 Quantity 30 each. CLIN 0007 Epson POS Printer TM-U220, Parallel w/auto Cutter (1 per POS) Mfr P/N: TM-U220 Quantity 30 each. CLIN 0008 MMF Cash Drawer (1 per POS Station) Mfr (Epson)P/N: 225-200T04-89 Quantity 30 each. CLIN 0009 Epson Receipt Printer paper 3 inch, 1 ply, 50 roll case (1 per DFAC) Mfr P/N: SPE-3X3-121PB Quantity 13 each. CLIN 0010 Receipt Prt Consumables (Ribbon-6 pack/1 per POS) Mfr. (Epson) P/N: ERC 38 Quantity 13 each. CLIN 0011 Printer Cable, Parallel, DB25 Male to 36 Centronics Male, 3 foot Cable (1 per POS Station) Mfr. (Epson) P/N: F2A047-06 Quantity 30 each and CLIN 0012 CAT5 RJ-45 10 foot Patch Cable (1 per POS ) Mfr (Epson) P/N: 47080GY-10 Quantity 30 each. All items shall be quoted FOB destination. Ship to is USATC and FT Jackson, ATTN ATZJ DLS AFMIS SA Bldg 2600 Lee Street Fort Jackson SC 29207-5460 Phone Number is 803-751-4805 and delivery must be made n o later than 15 August 2004. Offerors must provide warranty information specific to all equipment. FAR provision at FAR 52.212-1, Instructions to Offerors- Commercial Items, applies to this RFQ with the following addenda: Subparagraph (a) is tailored to indicate the NAIC code of 541512 with a size standard of $21 Mil. Subparagraph (d) is tailored to read product samples are not applicable to this quote. Subparagraphs (e), (h) and (i) of this provision do not apply. Far provision 52.212-2, Evaluation Co mmercial Items, applies to this RFQ with the following addenda: Paragraph (a) is filled in with (1) Price and (2) Delivery Date of the item to meet the Government needs; paragraph (b) does not apply. OFFERORS SHALL INCLUDE WITH THE SUBMISSION OF THEIR OFFE R A COMPLETED COPY OF THE PROVISION AT FAR 52.212-3 ALT 1, OFFEROR REPRESENTATIONS AND CERTIFICATIONS OF COMMERCIAL ITEMS AND 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS. All FAR and DFARS clauses, in full text, can be found at URL http://farsite.hill.af.mil. The clause at FAR 52.212-4, Contract Terms and Conditions- Commercial Items, is tailored as follows: subparagraph c is change d to read: Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, etc. which may be changed uni laterally by the Government and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, without addenda, applies to this acquisition (including: 52.222-21, 52.222-26,52.222-35, 52.222-36, 52.222-37 and 52. 232-33). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEVIATION), 52.252-1 Solicitation Provisions Incorporated by Reference and 52.252-2 Clauses Incorporated by Reference also apply to thi s acquisition. DFARS provisions at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items and DFARS 252.212-7001 (DEVIATION) are applicable. NOTICE: REFE RENCE DFARS CLAUSE 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION. ALL CONTRACTORS WISHING TO DO BUSINESS WITH THE DEPARTMENT OF DEFENSE ARE REQUIRED TO BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRY (CCR). IT IS THE OFFERORS RESPONSIBILITY TO REGISTER AND /OR CONFIRM THT ALL INFORMATION IN THE REGISTRY IS ACCURATE AND COMPLETE. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offers shall be submitted v ia e-mail to tobin.gattto@cacw.army.mil and received not later than 4:00 PM Eastern Time standard, 9 August 2004. Direct any questions or concerns to Tobin Gatto at tobin.gatto@cacw.army.mil.
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN00636863-W 20040806/040804212216 (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.