Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2009 FBO #2860
SOLICITATION NOTICE

99 -- ONETOOL VEHICLE DIAGNOSTIC COMPUTER SYSTEM. IT PROVIDES A PORTABLE SYSTEM THAT CAN BE USED IN THE SHOP AND IN THE FIELD ENVIRONMENTS. TWO DAYS OF TRAINING IS INCLUDED FOR THE FACILITIES AND LIFETIME SOFTWARE UPDATES ARE PROVEDED.

Notice Date
9/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
USPFO for Connecticut, 360 Broad Street, Hartford, CT 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
W91ZRS-09-Q-0013
 
Response Due
9/28/2009
 
Archive Date
11/27/2009
 
Point of Contact
karen havens, 860-524-4865
 
E-Mail Address
USPFO for Connecticut
(karen.havens@ct.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subject 12.6, as a supplement with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be used. This solicitation is issued under Request for Quote (RFQ) number W91ZRS-09-Q-0013. All proposals shall reference the RFQ number and shall be submitted by 12:00 p.m. local time on 28 Sep 2009. The anticipated award date is 29 Sep 2009. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-36 dated 11 Aug 2005. This solicitation will be issued under Full and Open Competition (unrestricted). The North American Industry Classification system code (NAICS) 541512 size standard of $25.0 million. The USPFO for Connecticut intends to award a Firm-Fixed Price. The Connecticut Army National Guard (CTARNG) wished to acquire ten (10) kits of the OneTool Vehicle Diagnostic Computer System or equal to meet the minimum needs of the government and two (2) days of training for the system. All equipment must be new and conform to all applicable standards and specifications. The Acquisition will be FOB Destination with delivery and acceptance point at USPFO for Connecticut Warehouse, Camp Hartell, RT 75, Windsor Locks, Connecticut 06096. Provide a delivery schedule. Award will be based on the price. This requirement is for the following line items: Line Item 0001: OneTool Vehicle Diagnostic Computer System. It provides a portable system that can be used in the shop and in field environments. Two days of training is included for the facilities and lifetime software updates are provided too. (Read below to see what the kit contains) Line Item 0002: Two (2) days of training for the OneTool Vehicle Diagnostic Computer Systems. This pays for one instructor to travel to our state to provide this training at the Combined Support Maintenance Shop (CSMS), Building P105 Camp Hartell, 580 North Street, Windsor Locks, CT 06096. Description: OneTool Vehicle Diagnostic Computer System Kit : The ONeTOOL combines the viewing of Electronic Technical Manuals (ETMs) and Interactive Electronic Technical Manuals (IETMs), Computer-Based Training (CBT), and Built-In Test Equipment (BIT/BITE) into a single, unrivaled field-support tool. The ONeTOOL uses the output of the BIT/BITE and diagnostic processes from failing equipment and feeds the information into a durable, reliable, and field-ready personal computer. The system determines equipment defects and then guides the operator through the necessary steps to repair or replace failing parts. This Kit Includes: Panasonic Toughbook with Touch Screen and Stylus, Stress Relief, DVD Drive,9-Pin Male/Female Serial Cable, Ethernet Cable, NATO Power Cable, 512 MB USB Flash Drive, Rugged Pelican Case, National Instruments Digital Multimeter with Probe Kit, Dearborn Protocol Adapter, 9-Pin J1708/J1939 Cable,12-Pin DDL Cable, GM-UART Cable, 6-Pin J1708/J1939 Cable, Haldex Cable andLifetime software updates are provided The following provisions and clauses will be incorporated into the solicitation by reference: 52.203-6 Alt 1, Restrictions On Subcontractor Sales To The Government (Sep 2006)Alternate 1, 52.204-4, Printed or Copied Double-Sided on Recycled Paper, 52.204-7, Central Contractor Registration, 52.211-6, Brand Name or Equal, 52-212-1, Instructions to Offerors---Commercial Items, 52.212-4, Contract Terms and Conditions---Commercial Items, 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.233-2, Service Of Protest, 252.201-7000, Contracting Officer's Representative, 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.203-7002, Requirement to Inform Employees of Whistleblower Rights, 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A, 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.232-7010, Levies on Contract Payments. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: 52.219-8, Utilization of Small Business Concerns, 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19, Child LaborCooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans. Veterans of the Vietnams Era, and Other Eligible Veterans, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-41, Service Contract Act. The following clauses within 252-212-7001 apply to this solicitation and any resultant contract: 52.203-3, Gratuities, 252.225-7001, Buy American Act And Balance Of Payments Program, 252.225-7012, Preference For Certain Domestic Commodities, 252.225-7015, Restriction on Acquisition of Hand Or Measuring Tools, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.243-7002, Requests for Equitable Adjustment, 252-247-7023, Transportation of Supplies by Sea. Qualifying offers must meet the stated specifications and must be accompanied by the completed provision 52.212-3, or a completed registration on the ORCA website. See paragraph 1 of 52.212-3 for instructions. The following additional clauses and provisions are added in full text. 52.252-2, Clauses Incorporated by Reference, use website http://farsite.hill.af.mil, 252.211-7003, Item Identification and Valuation, Line item No. 0001 and item description Vehicle Diagnostic Computer, 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.225-7000, Buy American Act-Balance of Payments Program Certificate. Questions may be directed to the Contracting Administrator at 860-524-4870. Written quotes must be submitted to the USPFO for Connecticut, Purchasing and Contracting Division, ATTN: Leslie Fedler, 360 Broad Street Hartford, Connecticut 06105-3706; via fax (860)-524-4874. Not later than 12:00 p.m. on 28 Sep 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06/W91ZRS-09-Q-0013/listing.html)
 
Place of Performance
Address: USPFO for Connecticut 360 Broad Street, Hartford CT
Zip Code: 06105-3795
 
Record
SN01963985-W 20090923/090922000656-117d0f35f23d44356a21f6e38b46332d (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.