Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2005 FBO #1334
SOLICITATION NOTICE

70 -- Purchase of 66 each E-Tool Mobile Management Cases

Notice Date
7/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
423420 — Office Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA, 23665-2791
 
ZIP Code
23665-2791
 
Solicitation Number
FA4890-05-T-0014
 
Response Due
8/8/2005
 
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 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. Solicitation FA4890-05-T-0014 is issued as a Combined Commercial Solicitation/Synopsis using procedures found in FAR Subpart 13.5, Test Program for Certain Commercial Items . Written documentation will not be issued for this quote. This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular 2001-27. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Their full text is available at http://farsite.hill.af.mil/. This acquisition will be set-aside for small businesses but if an offeror has the item on GSA schedule they may submit a proposal. The NAICS code is 423430 with a number of 100 employees. (i.) ACC Contracting Squadron, Langley Air Force Base, VA has a requirement for 66 each E-tool mobile management consoles (EMMC) as outlined in the specifications below. All specifications must be met. In accordance with FAR Clause 52.211-6, if quoting on an ?or equal?, the offeror must meet the salient physical, functional, or performance characteristic specified in this solicitation. E-Tool Mobile Management Consoles (EMMC). General Cabinet Specifications -- Max dimensions: W: 48?, D: 36?, H: 30? w/o casters -- Stackable -- 2 units high, with means to secure together -- Unit needs to be operational when stacked -- All drawers must be accessible when units are stacked -- Provide handles for four (4) person lifting -- Pressure compensation valve, for air transportation -- Must not exceed 250 lbs empty -- Unit must have (removable) casters/wheels to allow movement in shop -- Must accommodate caster storage (not in a drawer) when not installed -- Cabinet must be strong enough to survive palletizing for transportation -- Resistant to corrosion/degradation when exposed to weather -- Resistant to scratching and denting -- Unit must have cooling fans mounted in back of unit to dissipate heat from case and items in drawers. -- Must be able to operate in extreme conditions and withstand outside storage. Resistant to: Blowing Sand Driving Rain Snow/Ice Temperatures 0 ? 50 C -- Fans must have user cleanable filter to prevent sand/dust intrusion -- Must have means of preventing unit from being placed in such a way as to block the fans intake/exhaust. -- Must have one LAN cable and one Power Cable extending from back of the case for external connectivity -- LAN switch to provide 32 port RJ-45 connectivity -- Allow space to mount internal server for future upgrade -- Unit must be able to operate from 100VAC-240VAC and 50hz- 400hz -- Drawers must be lockable while operating with user provided pad-lock (one lock should secure all drawers) -- All cables must be neatly managed within cabinet to ensure security and prevent damage while using drawers -- Must have doors to enclose the unit during mobilization -- Unit must not allow water/dust intrusion when packed for mobilization -- 14 drawers per unit (each drawer must have as a minimum) -- Security to prevent content shifting during shipment -- Flow through ventilation -- Size: 15? wide x 16? long x 3? Deep -- Power: 2 x 3 prong female power connectors -- Provide 110 ? 115 VAC 50hz -- Mounted in back of drawer -- LAN: 2 x RJ-45 connectors -- Mounted in back of drawer Tracewell Systems part number 510-1106-F00-00, VTS-6000 Model 20 or equal. 66 each. (ii.) The requested date of delivery shall be no later then 12 weeks ARO (After Receipt of Order). FOB Destination as follows: a. 38 units to Seymour Johnson AFB, NC; b. 20 units to RAF Lakenheath, United Kingdom; c. 8 units to Elmendorf AFB, Alaska. (iii.) Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control. (iv.) The Government will award a firm-fixed price purchase order resulting from this solicitation to the responsible offeror with the lowest price, technically acceptable offer conforming to the solicitation that will be most advantageous to the Government, price and other factors considered. In accordance with FAR 52.212-2, the following factors shall be used to evaluate offers: a. technical capability of the item offered to meet the Government requirement, b. price. Technical capability and price are rated equally. Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with its Alternate I with its offer. Please contact the Contract Manager if assistance is required or to receive a copy. (v.) Clauses 203-3 Gratuities, 52.203-11 Certifications and Disclosure Regarding Payments To Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double Sided on Recycled Paper, 52.211-6, Brand Name or Equal, 52.211-8 Time of Delivery, 52.212-1, Instructions to Offerors, 52.212-4, Contract Terms and Conditions ? Commercial Items, 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and Compliance Reports, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-1 Buy American Act-Balance of Payments Program -?Supplies, 52.225-3 Buy American Act ? Free Trade Agreements ? Israeli Trade Act, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronics Funds Transfer ? Central Contractor Registration, 52.247-34 F.O.B Destination, 52.233-3 Protest After Award, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviation in Clauses, 52.253-1 Computer Generated Forms, 252.204-7004 Required Central Contractor Registration, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7001 Buy American Act and Balance of Payment Program, are all hereby incorporated by reference. (vi.) Offers may be faxed to ACC CONS/LGCC at (757) 764-9153, or mailed to ACC CONS/LGCC, 11817 Canon Blvd., Suite 306, Newport News, VA 23606, or e-mailed to martha.hooks@langley.af.mil. Offerors are required to inform the Contract Manager or the Contracting Officer by phone if faxing or e-mailing a proposal. (vii.) All offers are due by 5:00 PM EDT, 08 August 2005. For further information regarding this solicitation, contact Martha V. Hooks, Contract Manager @ phone (757) 764-9151, e-mail: martha.hooks@langley.af.mil or the Contracting Officer Sharon D. Potter at phone (757) 764-9371, e-mail sharon.potter@langley.af.mil. Collect calls will not be accepted.
 
Place of Performance
Address: Langley AFB, VA
Zip Code: 23665
Country: USA
 
Record
SN00850899-W 20050722/050720211958 (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.