Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2005 FBO #1335
SOLICITATION NOTICE

70 -- Army Desktop and Mobile Computing - 2

Notice Date
7/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ-05-R-0011
 
Response Due
11/1/2005
 
Archive Date
12/31/2005
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Program Executive Officer Enterprise Information Systems (PEO EIS) Project Officer, US Army Small Computer Program (ASCP) in concert with the Army Contracting Agency (ACA), Information Technology, E-Commerce and Commercial Contracting C enter (ITEC4), intends to release a Request For Proposal (RFP) to support the Armys requirement for Information Technology (IT) products, consisting of, but not limited to commercial personal computers (PCs), notebooks, ruggedized notebooks, tablets, and personal digital assistants (PDAs) and the purchase of printers, digital cameras, video teleconferencing equipment, PDAs, projectors, displays, and high-definition televisions (HDTVs), peripherals, accessories, non-Enterprise Software Initiative (ESI) soft ware, asset tagging, image loading, installation services, and warranty services to support this equipment. Other Agencies (i.e. Navy, Air Force, DoD components, FMS, and other federal agencies) may use the contracts to satisfy their Information Technolog y requirements. Products under this contractual vehicle will be available for lease or purchase. IT products procured through this acquisition are required to comply with DoD and Army standards, such as the DoD Information Technology Standards Registry. The acquisition will use a modular approach, which will provide vendors the option of proposing all three, two, or one module(s). The Army intends to award multiple Indefinite Delivery/Indefinite Quantity contracts. The contracts will have a ten-year period of performance, with a three year base period, three two-year options, and one one-year option. The Government will conduct th e acquisition under Federal Acquisition Regulation (FAR) Part 12. The government intends to conduct a full and open competition with three awards reserved for small business. The North American Industry Classification System (NAICS) code for this acquisiti on is 334111(Electronic Computer Manufacturing) with small business size standard of 1,000 employees. Contractors will be required to support up to a Secret security clearance. Some orders may require Top Secret (TS) Sensitive Compartmented Information ( SCI) for on-site warranty support. This acquisition will not be a set-aside for small business concerns because it requires large quantities of deliverables, with world-wide delivery and warranty service requirements, in a time-constrained manner. The Contractor shall provide a commercial w arranty with a minimum duration of three (3) years, to all locations within and Outside the Continental United States (CONUS/OCONUS) for all desktops and notebooks delivered. All other products shall be provided with the commercial warranty. The Contract or shall offer extended warranty to be purchased separately at the customer's discretion. The contractor shall provide a toll free number for technical support and any product questions. Technical support shall be provided at no additional charge to the c ustomer during the period that the product is under warranty. Equipment within CONUS and named OCONUS (Germany, Italy, Japan, Korea, Belgium, Turkey, Puerto Rico, the Netherlands, and United Kingdom) locations shall be repaired or replaced and fully opera tional within two Government working days following notification to the Contractors technical support personnel of the need for warranty service. For Remote OCONUS (OCONUS locations that are not listed as Named OCONUS) locations not being offered on-site warranty, equipment shall be repaired, replaced, and returned, fully operational, to the customers possession within five Government working days after it is received at the Contractors repair facility. Commercial shipping is required, in lieu of devel oping a shipping mechanism reliant upon Government personnel intervention. Due to the security limitations in South Korea and delays associated with custom clearance, limited Status of Forces Agreement (SOFA) will be included for that count ry to enable contract performance. Shipping to the address(es) specified on each delivery order shall be within 30 calendar days for CONUS and 35 calendar days for OCONUS locations. The price of shipping CONUS will be included in the fixed price of the p roduct. The price of shipping OCONUS will be handled as an ODC within certain restraints. The draft acquisition schedule is provided as follows. All dates are subject to change. A draft RFP will be released on August 5, 2005, with industry questions and comments due on August 15, 2005. A pre-solicitation webinar conference will be held on Au gust 19, 2005. The final RFP will be released on September 2, 2005. Proposals will be due on October 3, 2005. Documentation regarding the ADMC-2 acquisition and messages to Industry will be provided through the Army Single Face to Industry (ASFI) website, https://acquisition.army.mil/asfi/. To obtain a copy of the Request For Proposal, instructions for submission of questions on the solicitation, and other pertinent information as the procurement progresses, please visit the Army Single Face to Industry (ASFI) Web site: https://acquisition.ar my.mil/asfi/. In order to assist in planning by the Army, vendors are requested to indicate 1 week after RFP release whether they intend to submit an offer as a prime. To facilitate subcontracting, Vendors seeking to act as subcontractors may provide their company name , POC, email, and phone number. The list of vendors seeking subcontracting opportunities will be listed on the ASFI website. The Contracting Officer responsible for this acquisition is Joann Underwood, 703-325-3327, joann.underwood@us.army.mil. The Contract Specialist responsible for this acquisition is Wanda S. Dixon, 703-325-9507, Wanda.Dixon@ITEC4.army.mil.
 
Place of Performance
Address: ACA, ITEC4 Directorate of Contracting , 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN00851982-W 20050723/050721212213 (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.