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
MODIFICATION

59 -- HARDENED LAPTOP COMPUTERS

Notice Date
8/14/2007
 
Notice Type
Modification
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Specialty Center Contracts Core, 1205 Mill Road Building 850, Port Hueneme, CA, 92043-4347, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62473-07-R-4072
 
Response Due
8/28/2007
 
Point of Contact
June Haynes, Contract Specialist, Phone 805-982-5095, Fax 805-982-3015, - Rita Bush, Contract Specialist, Phone 805-982-3927, Fax 805-982-4540,
 
E-Mail Address
june.haynes@navy.mil, rita.bush@navy.mil
 
Description
This requirement is for HARDENED LAPTOP COMPUTERS. This is a combined synopsis/solicitation for commercial item 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. N62473-07-R-4072 is issued as a request for proposals (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-18. The North American Industry Classification System (NAICS) Code is 334111, Electronic Computer Manufacturing. The Small Business Size Standard number of employees is 750. The description of the supplies is: HARDENED LAPTOP COMPUTERS OS: WinXP SP2 CPU: INTEL Core Duo 1.66 GHz or better DISPLAY: 13" Touchscreen LCD, backlit, high contrast, daylight visible (1000 nit or better), external VGA or DVI connector (dual head capable) MEMORY: 1GB minimum with room for expansion to at least 2 GB DISK: 80 GB minimum, with user swappability. System must support the replacement of the hard-drive without the use of any tools. PCMCIA: 1x Type II PC Card and 1x ExpressCard/54 minimum AUDIO: any, with integrated speaker, headphone and microphone jacks OPTICAL: DVD-RAM/DVD-ROM/DVD-RW/CD-R/CD-ROM/CD-RW NETWORK: 10/100/1000 Ethernet, no wireless, plus 56K modem. INTERFACES: 1x 9-pin serial port, modem, 3x USB ports CAC Card Reader: Unit to be supplied with a CAC Card reader. POWER: world wide capable power supply, battery capacity 7 hours. Battery must be replaceable without the use of any tools. PHYSICAL: weight less than 9 lbs., MIL-STD-810F certified, moisture and dust resistant, sealed port covers, sealed keyboard, shock mounted HD case. WARRANTY: 3 year parts and labor. The requirement is for the following quantities and delivery: CLIN 0001 ? 400 each with delivery within 90 days after date of award; CLIN 0002 ? Option - 200 each with delivery within 90 days after date of exercise of option. All deliveries shall be made FOB Destination to NFELC, Port Hueneme, CA 93043-4301. Award will be made to the responsible offeror whose proposal, conforming to the solicitation, represents the best value to the Government in terms of past performance, technical capabilities, and price. The evaluation criteria applies to both the base and option quantities. The Government may exercise the option within 365 days after the date of award. The solicitation will be available by INTERNET ACCESS ONLY. All solicitation documents and amendments thereto will be posted on FEDBIZOPS at http:///www.fedbizopps.gov/ and on the NAVFAC Electronic Solicitation website (ESol) at http:///www.esol.navfac.navy.mil. It shall be the contractor's responsibility to check the websites for any amendments. Qualified parties are required to register for the solicitation at the NAVFAC ESol website. The Contractor is required to register with the Department of Defense Central Contractor Register (CCR) and the Online Representations and Certifications Applications (ORCA). No contract award will be made to any contractor that is not already registered or is in the process of registering on the CCR and ORCA. The DoD CCR can be reached at (866) 705-5711 or http://www.ccr.gov/. The following must be submitted with proposals: (1) three references for similar work, including the name and telephone number and, if known, an eMail address, of the point of contact, and a description of the items provided; (2) a narrative explaining the offeror?s technical capabilities to provide the requisite items; and (3) a price proposal. FAR provisions 52.212-1 and 52.212-2, Evaluation-Commercial Items applies. Evaluation criteria will be past performance, technical capabilities, and price. Offerors are to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR provision 52.217-5, Evaluation of Options, applies. FAR clauses 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply. The following FAR clauses cited in 52.212-5 apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.225-3. FAR clause 52.217-7, Option for Increased Quantity -- Separately Priced Line Item, applies. Proposals are due NLT August 28, 2007 3:00 PM (PDT). Submit proposals to Director, NAVFAC Southwest, Code RAQN0/Naval Base Ventura County, 1205 Mill Rd Bldg 850, Port Hueneme, CA 93043-4347, Attn: Mary Guerrant; or by FAX to (805) 982-3015, Attn: Mary Guerrant; or by eMail to Mary Guerrant at mary.guerrant@navy.mil.
 
Place of Performance
Address: Contractor's Facility (Zip Code used belongs to the Requiring Activity).
Zip Code: 93043-4301
Country: UNITED STATES
 
Record
SN01372478-W 20070816/070814222209 (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.