Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2010 FBO #3084
SOLICITATION NOTICE

70 -- BRAND NAME OR EQUAL REQUIREMENT FOR X-TABLET, T8700 AND RELATED HARDWARE

Notice Date
5/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC), Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-10-T-0230
 
Response Due
5/10/2010
 
Archive Date
7/9/2010
 
Point of Contact
Chanel D. Williams, 410-278-0771
 
E-Mail Address
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC)
(chanel.d.williams@us.army.mil)
 
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 combined synopsis/ solicitation number is W91ZLK-10-T-0230. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-37. This requirement has been deemed 100% small business set aside under the associated North America Industry Classification System (NAICS) Code is 4234300 and the Business Size Standard is 100 no. of employees. The Government contemplates award of a firm-fixed price purchase order for following requirement as Brand Name or Equal: Rugged Tablet PC 40 each Specifications: Performance: 1.1.2 GHz Intel Core Duo ULV U2500, 2 MB L2 Cache, FSB 533 MHz 2.2 GB DDR2 RAM 3.2.5 SATA 128 GB solid state hard drive 4.Shock mounted hard drive 5.Windows Vista Business including OS, Labels and Manuals 6.Display: a. 800 (W) x 600 (H) SVGA Color TFT b.Digitizer and passive touch screen 7.Wireless (Wi-Fi/WLAN) 802.11 A/G (11/54 Mbps) 2.4 GHz, Bluetooth (class II) Physical Characteristics: 1.10.6 wide x 7.2 high x 1.65 thick 2.Display: 8.4 (diagonal), 6.75 wide x 5.0 high 3.Weight: d4.6 lbs 4.Operating Temperature: -4F to 122F 5.Storage Temp: -22F to 140F 6.Humidity: 5% - 95% 7.LED notification lights for power, charge, hard disk activity, wireless enabled Shock and vibration protection: 1.Dust and water tightness: a.International Protection (IP) level 65 b.Must pass MIL-STD 810F, 506.4 II (4 per hour, 40 psi for 10 minutes) 2.Drop and Shock: a.Must pass MIL-STD 810F, 506.5 IV (26 repeated drops from 36 high) Peripherals and accessories: 1.Easy access power button 2.Numeric keypad a.Numbers 0-9 b.Security button c.Other keys: backspace, arrow navigation, enter, tab d.Function button to allow for volume controls and display brightness control e.Backlit keypad 3.Mono Speaker, microphone-in/speaker-out jack 4.Stylus holder located on the back of the PC with access from the top of the PC 5.Magnetic tip stylus with right click functionality and clip 6.Stylus tether 7.Screen Protector with anti-reflective film 8.A hand strap configuration on the rear of the PC for handheld operations 9.A handle located on the top of the PC for easy carrying 10.Screen and numeric keypad located on front of device Expansion/Ports: 1.Compact Flash Type II Slot 2.PC card slot Type II-Card bus 2.1 (PCMCIA) 3.Internal PCI express slot 4.RJ-11 integrated fax/modem 5.RJ-45 10BaseT 10/100/1000 Ethernet with access point at the top of PC 6.USB 2.0 (at least 2) 7.Mini USB 8.9-pin D-Sub Serial Port 9.Surface contact docking connector 10.Internal Common Access Card (CAC) reader with access from at the top of the PC 11.All ports must be sealable when not in use Battery and Power: 1.Power input port located at the bottom of the PC 2.High Capacity LiION Battery (~7,000mAh) 3.Must provide 6-8 hours of battery life 4.Must be capable of being charged though vehicle power (car adapter) 5.AC/DC power adapter 6.AC adapter cord Warranty: 1.3 year warranty on manufacturer defects or failures 2.3 year additional no-fault warranty (includes screen breakage) Delivery: 1.30 day or less after award NOTES to Offerors: Offers shall submit equipment capabilities and standard warranty; this procurement will be made a small business set aside brand name or equal, lowest price technically acceptable quotes. Note the lead time or approximate delivery dates for items are also required in the quote. Acceptance shall be at destination. Shipping shall be FOB Destination to USA Aberdeen Test Center located at Aberdeen Proving Ground, Maryland 21005. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.211-6 Brand Name or Equal 52.219-6 Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation 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 Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.225-7021 Trade Agreements 252.232-7003 Electronic Submission of Payment Requests. EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) 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 Government Accountability 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 in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Capek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 Packages sent by FedEx, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by May 10th, 2010 at 10:00 a.m., Eastern Daylight Time via email to chanel.d.williams@us.army.mil or fax at 410-278-2407 at the US Army RDECOM Contracting Center, Aberdeen Installation Contracting Division, and Attention: CCRD-AI-IC, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) and Offerors Representations and Certifications Commercial Items (ORCA) http://orca.bpn.gov databases prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Chanel D. Williams, Contract Specialist, via email at chanel.d.williams@us.army.mil. Please provide any questions no later than May 6th, 2010 at 3:00 PM Eastern Daylight Time. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/737320002e64d355969d230078344c0e)
 
Place of Performance
Address: RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC) Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02138393-W 20100505/100503234457-737320002e64d355969d230078344c0e (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.