Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2006 FBO #1664
SOLICITATION NOTICE

70 -- General Purpose Information Technology equipment

Notice Date
6/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB(RG)-2006-217-CDM
 
Response Due
6/29/2006
 
Archive Date
7/14/2006
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is NHLBI-PB(RG)-2006-217-CDM, and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2001-27. The North American Industry Classification System (NAICS) is 334119, and size standard 1000 employees are used for this requirement. There are no small business set-aside restrictions for this requirement. This acquisition is being conducted under simplified acquisition procedures in accordance with the provisions of FAR Part 13. The National Heart, Lung, and Blood Institute (NHLBI) Consolidated Operations Acquisition Centers (COAC) has a requirement for the Center for Scientific Review (CSR) of the National Institutes of Health (NIH) to purchase one hundred and twenty (120) each, Sony BLK Monitors, part number SDM-X75KB. The specifications are as follows: Flat panel display / TFT active matrix; black enclosure color; stereo speakers, USB hub; 14.5 in x 10 in x 15.5 in; 17" diagonal size; 0.264 mm; 1280 x 1024 Max resolution; up to 16.2 million colors; 12 ms response time; 300 cd/m2 image brightness; 450:1 image contrast ratio; Digital visual interface (DVI); speaker(s) - stereo - integrated; DVI, VGA (HD-15) interface; EPA energy star, TCO ?99; AC 120/230 V ( 50/60 Hz) power; 50 watt; PC Mac compatible; brightness, contrast, sharpness, color temperature, phase, pitch controls/adjustments; English, German, French, Italian, Swedish, Russian, Spanish, Dutch, Japanese, Chinese OSD Languages;Anti-glare display screen coating; ErgoStand features; 160 Image Max H-View Angle; RGB Analog Video Signal; the interfaces shall be 1 x headphones - mini-phone stereo 3.5 mm, 1 x VGA - 15 pin HD D-Sub (HD-15), 1 x DVI-D - 24 pin digital DVI, 1 x audio line-in mini-phone stereo 3.5 mm; the following cables shall be included: 1 x VGA, 1 x DVI, 1 x audio and 1 x USB; the Flat Panel Mount Interface shall be 100 x 100 mm; locking device keyhole (cable lock), tilt adjustment, swivel adjustment features; Internal form factor power; 1 Watt Power Consumption Stand by / Sleep; Apple MacOS, Microsoft Windows NT, Microsoft Windows 98/2000/XP software / system requirements; at least three (3) years warranty on parts, labor and backlight shall be included. Delivery: At least, 60 monitors shall be delivered within two (2) weeks from the award date of the contract and the remaining 60 monitors shall be delivered within two (2) weeks after the first shipment. Complete delivery is required to be within four (4) weeks from the award date of the contract. The provisions of FAR Clause 52.212-1, Instructions to Offeror-Commercial Items, apply to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The quotations will be evaluated based upon the offerors demonstration that the equipment offered meets the specifications and requirements requested in this synopsis. The award will be made on the basis of the technical specifications, delivery, and price. The offerors must submit written descriptive literature of the equipment identified in their proposal, an itemized price and warranties. The Government intends to evaluate proposals submitted through contracting by negotiation procedure for this acquisition. The initial offer must contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action and waive informalities and minor irregularities in offers received. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The addenda to the clause read as follows: The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the delivery time, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The Offeror must also be registered in the Government Contractor Registry System, available at http://WWW.ccr.gov. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions, applies to this acquisition. The clauses are available in full text at http://WWW.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit two (2) printed copies of a quotation to the below address or an electronic copy to moralesc@nhlbi.nih.gov. The quotation must reference solicitation number NHLBI-PB(RG)-2006-217-CDM. The Government intends to award a contract by June 24, 2006 before 2:00 P.M. Eastern Time. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Heart, Lung, and Blood Institute, Contracts Operations Branch, Procurement Section, 6701 Rockledge Drive, Suite 6149, Bethesda, Maryland 20814-7902, Attention: Ms. Cecilia Morales. Fax quotations will only be accepted if dated and signed by an authorized company representative.
 
Place of Performance
Address: Bethesda, Maryland
Zip Code: 7902
Country: USA
 
Record
SN01070466-W 20060617/060615220741 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.