Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
SOLICITATION NOTICE

70 -- Mobile GPS Tablets

Notice Date
3/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Tucson Area Office, 7900 S. J.J. Stock Road, Tucson, Arizona, 85746-9352
 
ZIP Code
85746-9352
 
Solicitation Number
RFQ11_04
 
Archive Date
4/27/2011
 
Point of Contact
Breysi Stephens, Phone: 5202952472
 
E-Mail Address
breysi.stephens@ihs.gov
(breysi.stephens@ihs.gov)
 
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. Solicitation number RFQ 11-04 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49 and HHSAR Changes Notice after 4/26/2010. This solicitation is a 100% small business set-aside. The associated NAICS code is 423490 or 443120 and the small business size standard is $10.0 million. Pursuant to FAR 22.1006(a), this acquisition shall comply with the Service Contract Act of 1965. This acquisition is for mobile tablet computer systems enabled with Global Positioning System (GPS) capabilities, associated accessories, software installation and user training sessions. These products will be tailored towards improving the information gathering capability of the Department of Environmental Health and Engineering on the Tohono O'odham Nation and the Pascua Yaqui Reservation. Portions of these Native American reservations are located in remote areas of Arizona. These tablets must be manufactured to withstand harsh terrain and extreme weather conditions. The minimal operational requirements for each tablet and associated accessories are outlined in the contract line items noted within this solicitation. The contractor shall also quote pricing for software installation user /training sessions which shall be conducted on a mutually agreed upon schedule totaling no more than 16 hours over a two-day period. The Tucson Indian Health Service requires the following items, Brand Name or Equal, to the following: LINE ITEM 0001: Tablet Computer, Trimble Yuma model with ProXH Receiver, brand name or equal, total of (3) EA. Each tablet shall include the following accessories: (Carbon Fiber Range Pole with Bipod, Dock Connector, Vehicle Charger (11-16v), Anti-glare Screen Protectors, Carrying Case, and Extended Battery Set). Any offered tablet computer shall comply with the below stated physical, functional, or performance characteristics: Tablets shall be able to be linked to, and be operationally compatible with the National Sanitation Tracking and Reporting System (STARS) database operating on a Windows platform. Shall contain at a minimum a 32 GB hard drive, integrated WiFi, Bluetooth, GPS, and camera; with a minimal processor speed of 1.6 GHz. At a minimal shall come loaded with Windows 7 Professional Operating System to maintain compatibility with current agency platform. LINE ITEM 0002: 2 Year Hardware Warranty Extension coverage for tablet computer, total of (3) EA. LINE ITEM 0003: TerraSync Professional Software with GPS Pathfinder Office Software, brand name or equal, total of (1) EA LINE ITEM 0004: Trimble TerraSync Professional Edition Software latest version brand name or equal, total (2) EA. LINE ITEM 0005: On-site Installation Use Training. The Government expects that each class will have less than 10 students. **QUESTION SUBMISSION: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions can be submitted via email to: Breysi.stephens@ihs.gov. Questions not received within a reasonable time prior to close of the solicitation may not be considered.** The Government anticipates award of a Firm Fixed Price contract. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. Quoters are required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Quoters are required to be registered and current in the Central Contractor Registration (CCR). For assistance with CCR registration, contact the CCR Regional Assistance Center at 888-227-2423 or visit their website at: http://www.ccr.gov FOB Destination terms apply to this acquisition. The quotation price shall include all shipping and handling charges. Shipping and/or handling charges shall not be listed in the quotation as a separate line item entry. Applicable shipping or handling charges shall be included into the unit/extended price. The Government will not accept re-manufactured or repaired equipment. No partial shipments are permitted unless specifically authorized at the time of award. Offerors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. The following factors shall be used to evaluate quotes: Award will be made on the basis of lowest price technically acceptable. The Government intends to evaluate offers and make award without discussions; however this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The following Federal Acquisition Regulation (FAR) and Health and Human Services Regulation provisions and clauses apply to this acquisition and will be added to the contract: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: technical capabilities: (1) Experience, (2) Course of Instruction, past performance, and price); FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.217-8 Option to Extend Services; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-9 Small Business Subcontracting Plan; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.232-8 Discounts for Prompt Payment; FAR 52.232-18 Availability of Funds; FAR 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.201-7000 Contracting Officers Representative; FAR 52.222-99 Notification of Employee Rights. Under the National Labor Relations Act; The following clauses apply under FAR 52.212-5: FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-9 Small Business Subcontracting Plan; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-16 Liquidated Damages - Subcontracting Plan; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41 Service Contract Act of 1965; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.233-4 Applicable Law for Breach of Contract Claim. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ Submit quotes to Breysi Stephens, Tucson Indian Health Services - AMB, 7900 S. J. Stock Rd, Tucson, AZ 85746-, via email to Breysi.stephens@ihs.gov or via facsimile (520) 294-2626. Breysi Stephens at telephone number (520) 294-2472 can be contacted for information regarding the solicitation. Quotes are due by 12 April 2011 by 3:30PM Mountain Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Tucson/RFQ11_04/listing.html)
 
Place of Performance
Address: Indian Health Service - Tucson Area Office, 7900 S. J. Stock Road, Tucson, Arizona, 85746, United States
Zip Code: 85746
 
Record
SN02408108-W 20110326/110324234133-d895a8f98b8afa0cddb45deccc92fda1 (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.