Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
SOLICITATION NOTICE

70 -- ADP EQUIPMENT

Notice Date
9/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-06-T-A096
 
Response Due
9/18/2006
 
Archive Date
10/3/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required item under V435056235C090. A subsequent solicitation document will not be issued. FISC Norfolk intends to purchase using other than full and open competition (sole source) the following item(s): 0001 Itronix Computer components consisting of: (12 EA) DUO Touch IX325 base options, (12 EA) DUO Touch 1.1GHZ Pentium Duel Mode, (6 EA) Vehicle Power Supply 90 Watt, (12 EA) 3-year DOD Emerald Service (DUO-Touch), (12 EA) 512 MB DDR Ram, (12 EA) 40GB HDD (DUO Touch), (12 EA) U.S. (DUO Touch), (12 EA) NO PC Required (DUO Touch, (12 EA) NO BLU Tooth Integrated WLAN Integrated REQ, (12 EA) ITRONIX Label Set (DUO Touch), (12 EA) Microsoft Windows XP Tablet PC System Software Commercial, (1 EA) IDUO Touch IX325 Peripherials. Itronix is located at 12825 East Mirabeau Parkway, Spokane Valley, WA 99216 301-949-2425. The required delivery date is 31 Oct 2006. FOB Point is Destination zip code 23459. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (JUL 2006); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2006); 52.212-3 Offeror Representations and Certifications-Commercial Items (JUN 2006) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JUN 2006), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JAN 2006), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JAN 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997) ? 757-443-1402. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2006), the following clauses apply and are incorporated by reference:252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (JUN 2005); and 252.232-7003 Electronic Submission of Payment Requests (MAY 2006); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 18 September 2006 12:00 PM (EST). Offers can be emailed to brandy.harris@navy.mil or faxed to 757-443-1402 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Code 230A, Attn: Brandy Harris, Norfolk, VA.23511-3392. Reference: V435056235C090, on your quote. Numbered Notes 22 applies. NAICS 423430 (100 Employees) FSC: 7035
 
Place of Performance
Address: EOD TWO, 821 BLASTERS COVE, FORT STORY, VA
Zip Code: 23459
Country: UNITED STATES
 
Record
SN01141244-W 20060914/060912221457 (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  © 1994-2020, Loren Data Corp.