Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2006 FBO #1819
SOLICITATION NOTICE

70 -- PLOTTERS FOR AVAITION MISSION PLANNING SYSTEM

Notice Date
11/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
US Army Aviation and Missile Command (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ-07-Q-0118
 
Response Due
12/5/2006
 
Archive Date
2/3/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 W58RGZ-07-Q-0118 and is being issued as a request for quotation (RFQ) under simplified acquisition procedures. See notes 1 and 22. This solicitation document and incorporated provisions and clauses are those in effect in Federal Acquisition Circular 97-12. All responsible sources may submit a proposal, which , if timely received, shall be considered by the Government. The Standard Industrial Code is 3571. The smal l business size is 1000 employees. The Contractor shall provide the following items: CLIN 0001 -- Plotters for the Aviation Mission Planning System and a one year (minimum) warranty, 111 each. The Plotter is intended to be used for medium volume large printing of col or maps in a tactical environment. The minimum specifications for Plotters are as listed. QUANTITY: 111 EACH PAPER SIZE: 24X36 INCHES OR 24 INCH ROLL RATIONALE: 1: 50,000 SCALE MAPS REQUIRE A LARGER PRINT AREA AND PASTING SMALL SHEETS TOGETHER INCREASES AIRCREW WORKLOAD. PRINTING SPEED (NORMAL MODE): 36 SQUARE FEET PER HOUR (10 MINUTES PER PAGE). RATIONALE: THE OPERATIONAL REQUIREMENTS DOCUMENT (ORD) SPECIFIES MISSION PLANNING TIMES. LONGER PRINT TIMES WOULD REDUCE ALREADY SHORT PLANNING CYCLES. PRINT RESOLUTION: 2400 X 1200 DOTS PER INCH (PREMIUM PAPER) RATIONALE: FLYING MAPS HAVE DETAILED OVERLAYS AND SMALL TEXT WHICH MUST BE EASILY READABLE IN FLIGHT. POWER: 110 VOLTS AC RATIONALE: OPERATIONS CONDUCTED OUTSIDE OF US POWER STANDARDS WILL HAVE ACCESS TO TRANSFORMERS. COMPUTER INTERFACE: USB 2.0 RATIONALE: MAP FILES ARE LARGE SO THE FATEST DATA TRANSFER INTERFACE IS NECESSARY. DIMENSIONS (MAXIMUM): SIZE (WIDTH X DEPTH X HEIGHT)  46 INCHES X 18 INCHES X 10 INCHES, WEIGHT  54 LBS. RATIONALE: BASE UNIT FOR THE PLOTTER (WITHOUT PAPER TRAY) SHOULD BE DESKTOP MOUNTABLE AND, WHEN IN THE ACCOMPANYING RUGGED CASE, BE NO MORE THAN A TWO MAN CARRY. OTHER: PACKAGE SHALL INCLUDE ALL CABLES AND PARTS REQUIRED FOR ATTACHMENT TO COMPUTER. RATIONALE: PROVIDE COMPLETE SYSTEM. SOFTWARE: SYSTEM SHALL COME WITH THE WINDOW XP DRIVERS. WARRANTY (MINIMUM): ONE YEAR. DURING THE WARRANTY PERIOD, THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REPAIR COSTS ASSOCIATED WITH THE HARDWARE EQUIPMENT, EXCEPT WHERE THERE IS EVIDENCE THAT THE EQUIPMENT WAS PHYSICALLY ABUSED BY THE GOVERNMENT. THE VENDOR SHALL PROVIDE A WEB SITE FOR SYSTEM INFORMATION (E.G., SYSYTEM PROFILES, DRIVERS, ETC.). THE VENDOR SHALL PROVIDE PHONE TECHNICAL SUPPORT FOR VENDOR SUPPLIED HARDWARE & SOFTWARE, UTILITIES AND DRIVERS. THE WARRANTY SHALL GO INTO EFFECT UPON DELIVERY AND ACCEPTANCE BY THE GOVERNMENT. SHIPPING: THE EQUIPMENT SHALL BE DELIVERED TO SINGLE DESTINATION AS SPECIFIED BY THE GOVERNMENT AT THE TIME OF PURCHASE. VENDOR WILL PROVIDE DD250. DELIVERY: EARLY DELIVERY OF PARTIAL QUANTITY IS AUTHORIZED. DOCUMENTATION: VENDOR SHALL PROVIDE DOCUMENTATION OF OR REFERENCED TO INFORMATION PUBLISHED ON THE INTERNET DOCUMENTING COMPLIANCE WITH ALL REQUIREMENTS ABOVE. The following factors (all equally important) shall be used to evaluate proposals: price, technical, and past performance. Vendors are required to submit past performance information, including points of contact, on the last three contracts for similar equipment and service. Vendors shall ensure all reference points of contact, i.e.organization, name and phone number are accur ate. Vendors are also required to provide item literature sufficient for a technical evaluation of the product offered. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items (Sep 2006) applies to this acquisition. Offerors are required to complete and include a copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Sep 2006) with their proposals. FAR clause 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005) applies to this acquisition. FAR clause 52.212-5 Contract Terms and Cond itions Required to Implement Statutes or Executive Orders- Commercial Items (Sep 2006) applies with the following applicable clauses from paragraph (b). FAR 52.222-2 Equal Opportunity. FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. FAR 222-36 Affirmative Action for Handicapped Workers. FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. FAR 52. 225-3 Buy American Act- Supplies. FAR 52.232-33 Mandatory Information for Electronic Funds Transfer Payment. FAR 52.247-34 FOB Destination (Nov1991). FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) applies to this acquisition. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisition of Commercial Items (Nov 2006) applies to this acquisition with the following clauses applicable from paragraph (b). DFAR 252.225-7036 North American Free Trade Agreement Implementation Act. DFAR 252.204-7004 Required Central Contractor Regist ration (Nov 2003) In addition to the listed FAR provisions and clauses, all offerors must provide a contractor identification code which is currently the Dunn and Bradstreet Data Universal Numbering System (DUNS) number. All FAR provisions and clauses may be reviewed and/or obtained from the General Services Administration's Federal Acquisition Regulation website at internet address http://www.arnet.gov/far/. Any contract awarded as a result of this solicitation will be an order certified for National Defen se under the Defense Priorities and Allocation System. The Government intends to make a single award to the offeror whose offer is most advantageous to the Government using Simplified Acquisition Procedures. Mail, email, or fax copy of offers must be received no later than 4:00 PM CST, December 5, 2006. Offers may be mailed or faxed to AMSAM-AC-AR-C, ATTN: Johnny Coleman, BLDG 5309, 2nd Floor, 92C107, Redstone Arsenal, AL 35898. Voice phone (256) 876-7721; Fax phone (256)876-3297; or emailed to johnny.coleman@peoavn.army.mil.
 
Place of Performance
Address: US Army Aviation and Missile Command (Aviation) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN01183248-W 20061119/061117220856 (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.