Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
SOLICITATION NOTICE

70 -- OPTIPLEX MINITOWER

Notice Date
8/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
RDECOM Acquisition Center - Pine Bluff, ATTN: AMSSB-ACP, 10020 Kabrich Circle, Pine Bluff, AR 71602-9500
 
ZIP Code
71602-9500
 
Solicitation Number
W911RP-07-T-0180
 
Response Due
8/17/2007
 
Archive Date
10/16/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The RDECOM Acquisition Center, Pine Bluff Contracting Division has a requirement for the following items: Line Item 0001  (5) FIVE EACH, OPTIPLEX 745 MINITOWER WITH INTEL CORE 2 DUO PROCESSOR E6700 (2.66GHZ 4M, 1066MHZ FSB, WITH WINDOWS XP OPERATING SYSTEM WITH MEDIA, NTFS FILE SYSTEM, 2.0GB, DDR2 NON-ECC SDRAM 667MHZ (2DIMM) VIDEO CARD: 266MB ATI RADEON X130 0PRO, DUAL MONITOR DVI OR VGA (TV OUT) FH. NO MONITORS. KEYBOARD: SMART CARD READER USB BLACK MOUSE: DELL UWSB 2 BUTTON. HARD DRIVE: 160 GB. DELL 13 IN 1 USB MEDIA CARD READER. NO SPEAKERS, 48 X 32 CDRW/DVD COMBO WITH CYBERLINK POWER DVD, OR EQUAL. LINE ITEM 0002  (5) FIVE EACH, SAME AS ITEM 0001 LINE ITEM 0003 (30) THIRTY EACH, OPTIPLEX 745 MINITOWER WITH INTEL CORE 2 DUO PROCESSOR E6700 (2.66GHZ 4M, 1066MHZ FSB, WITH WINDOWS XP OPERATING SYSTEM WITH MEDIA, NTFS FILE SYSTEM, 2.0GB, DDR2 NON-ECC SDRAM 667MHZ (2DIMM) VIDEO CARD: 266MB ATI RADEON X1 300PRO, DUAL MONITOR DVI OR VGA (TV OUT) FH. NO MONITORS. KEYBOARD: SMART CARD READER USB BLACK MOUSE: DELL UWSB 2 BUTTON. HARD DRIVE: 160 GB. DELL 13 IN 1 USB MEDIA CARD READER. NO SPEAKERS, 48 X 32 CDRW/DVD COMBO WITH CYBERLINK POWER DVD, OR EQUAL. The North American Industry Classification System code 423430 is applicable. Acquisition is being conducted as a small business set-aside, all responsible small businesses that submit a quote shall be considered by the agency. FOB Destination, Delivery i s required within 30 days after date of contract award. The following clauses and provisions are applicable and are included by reference. 52.204-7 Central Contractor Registration (Oct 2003), 52.212-1 Instructions to Offerors  Commercial Items, Jan 2005 , 52.212-3 Offeror Representations and CertificationsCommercial Items (MAR 2005) 52.212-4 Contract Terms and Conditions  Commercial Items Sep 2005, 252.204-7004 Alt A Central Contractor Registration (Nov 2003), 252.225-7001 Buy American Act and Bala nce of Payments Program Jun 2005), 252-232-7003 Electronic Submission of Payment Request (Jan 2004), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items (Apr 2005) including clause/provision at 52.22 2-19 Child Labor  Cooperation with Authories and Remedies (Jun 2004), 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 Er a, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Actions for Workers with Disabilities (Jun 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases (Mar 2005) and 52.232-33 Payment by Electronic Funds Transfer, Central Contractor Registration (Oct 2003). 252-212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acqu isitions of Commercial Items (Sep 2005) including clause/provision at 252-225-7001 and 252-232-7003 Buy American Act and Balance of Payments Program (Jun 2005), Electronic Submission of Payment Required (Jan 2004). The following clauses and provisions are applicable and are included by full text. FAR 52.212-2 Evaluation, Commercial Items (JAN 1999), 52.211-6 BRAND NAME OR EQUAL (AUG 1999), 52.214-21 DESCRIPTIVE LITERATURE (APR 2002) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shal l be used to evaluate offers: (i) price (ii) delivery Factors are listed in descending order of importance. Award will be made to the lowest priced offer with an acceptable delivery schedule. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Offero r within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) AMCAC 52.233-4052 AMC-LEVEL PROTEST PROGRAM If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified i n FAR 33.103. Send protests (other than protests to the contracting officer) to: HQ, Army Materiel Command Facsimile number (703) 617-4999/5680 Office of Command Counsel Voice Number (703) 617-8176 ATTN: AMCCC-PL 5001 Eisenhower Avenue Alexandria, VA 22333-0001 The AMC-Level Protest Procedures are found at: http://www.amc.army.mil/amc/cc/protest.html If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. PB 52.000-4306 INSPECTION AND ACCEPTANCE (PBA) (AUG 90) (4306I): Inspection and acceptance will be at destination, unless otherwise provided herein. Until delivery and acceptance, and after any rejections, risk of loss will be on the contractor, unless lo ss results from negligence of the United States Government. Delivery is F.O.B. Destination Address Trans Ofc M F Property Ofc, (W911RP), Receiving Section RSI Brch, Bldg 23-330, Pine Bluff Arsenal, Pine Bluff, AR 71602-9500. Point of contact is Crystal Tubbs @ 870-540-3054. Quotes are due by 2:00 p.m. 23 August 2007 and may be faxed to Crystal Tubbs @ 870-540-3730 or emailed to crystal.tubbs@us.army.mil. Faxed responses are preferred. Solicitation number W911RP-07-T-0180 must be included in the subject line of all emails, faxes etc. Emailed offers that do not contain the solicitation number may be deleted without review. 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 b eing requested and a written solicitation will not be issued.
 
Place of Performance
Address: RDECOM Acquisition Center - Pine Bluff ATTN: AMSSB-ACP, 10020 Kabrich Circle Pine Bluff AR
Zip Code: 71602-9500
Country: US
 
Record
SN01372248-W 20070816/070814221657 (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.