SOLICITATION NOTICE
70 -- General-purpose information technology equipment
- Notice Date
- 1/15/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Defense Information Systems Agency, Acquisition Directorate, DITCO-NCR, 5111 Leesburg Pike Skyline 5, Suite 900A, Falls Church, VA, 22041-3206
- ZIP Code
- 22041-3206
- Solicitation Number
- DCA100-03-T-4016
- Response Due
- 2/17/2003
- Archive Date
- 3/4/2003
- Point of Contact
- Costella Davis, Contract Specialist, Phone 202-757-5231, Fax 202-757-5264,
- E-Mail Address
-
davis1s@ncr.disa.mil
- Description
- This combined synopsis/solicitation is for a replacement Emergency Notification System (ENS). The Government will be responsible for the installation and operation of the system. This document is being prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Offers are to be forwarded to the following email address or fax number by no later than 2:00 p.m. EST 17 Feb 2003: davis1s@ncr.disa.mil (The number 1 is between the two "Ss" in davis1s. This is not the alpha "l") or (202) 757-5256. NO OFFERS ARE TO BE FORWARED BY REGULAR MAILED, EXPRESS CARRIERS OR HAND CARRIED. Any questions on this solicitation may be directed to Ms. Davis by email only at davis1s@ncr.disa.mil . The solicitation number is Request for Quotation number DCA100-03-T-4016. Please include your business size, CAGE Code, DUNs Number, Tax Identification Number, and Central Contractors Registration (CCR) Status (i.e., active, pending, not listed). OFFERORS MUST SUBMIT THEIR QUOTES BASED ON THE INFORMATION PRESENTED HEREIN AND IT IS NOT ANTICIPATED THAT THERE WILL BE ANY RFQ AMENDMENTS. The Statement of Work and a Cost Table will be an attachment to this synopsis / solicitation. The password to open the SOW is all lower case letters: ens. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001- 11. The North American Classification is 541490 and the Size Standard is $5M. In accordance with the results of the Sources Sought Synopsis for this project, which posted on 6 Nov 02, the Defense Information Systems Agency's Small And Disadvantage Business Utilization (SADBU) Director has determined that this solicitation will be set-aside for small business. PLEASE CERTIFY COMPLIANCE OR NON-COMPLIANCE WITH THE SECTION 508 STANDARDS CHECKED BELOW: Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) requires Federal agencies acquiring Electronic and Information Technology (EIT) to ensure that Federal employees with disabilities have access to and use of information and data that is comparable to the access and use by Federal employees who are not individuals with disabilities. (b All EIT procured under this contract/order must met the following 36 CFR 1194 accessibility standards. The full text of the accessibility standards is available at: http://www.access-board.gov/sec508/508standards.htm _X_ 1194.21 - Software Applications and Operating Systems ___ 1194.22 - Web Based Intranet and Internet Information and Applications. ___1194.23 - Telecommunications Products. ___ 1194.24 -Video and Multimedia Products. 1194.25 - Self-Contained, Closed Products. _X_1194.26 - Desktop and Portable Computers. _ _ 1194.31 - Functional Performance Criteria (c) The standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology devise(s), but merely require that the EIT be compatible with such software and device(s) so that it can be made accessible if so required in the future. (d) Contractors may propose products or services that result in substantially equivalent or greater access to and use by individuals with disabilities; this is known as equivalent facilitation. Normally, the Government expects to see a discount, which is at least equal to that provided by your standard commercial discount policy for that item. The Offeror's standard commercial packing / packaging will be utilized to provide for damage-free shipment and receipt at destination. THE OFFERED PRICE WILL INCLUDE ALL FRIEGHT CHARGES (F.o.b. Destination). Anticipated award date is no later than late Mar 2003. The Government intends to award (1) purchase order for the above requirement to the lowest priced Offeror who meets all of the requirements stated herein. The following FAR and DFAR clauses apply: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.222-3, Convict Labor FAR 52.232-17, Interest FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contract Registration FAR 52.233-3, Protest After Award FAR 52.247-34, F.o.b. Destination FAR 52.252-6, Authorized Deviations in Clauses DFAR 252.204-7004, Required Contract Central Registration DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. All information technology provided under, or in support of, this contract by the contractor and all subcontractors should be Year 2000 compliant. "Year 2000 compliant" means, with respect to information technology, that the information technology accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date/time data with it. To ensure Year 2000 compliance, the contractor shall, at a minimum, test a representative sampling of the information technology, or the same type of information technology, that will be provided under the contract. Year 2000 Compliance testing will be accomplished and documented in accordance with generally accepted commercial standards/practices. If requested, the contractor shall provide the Government with a copy of such Year 2000 compliance test documentation at no additional cost to the Government. Delivery/Place of Performance Products will be delivered primarily to: White House Communications Agency 2743 Defense Blvd, SW Anacostia Annex DC 20373-5815 Point of Contact Costella H. Davis, Contracting Officer/Contract Specialist, Phone (202) 757-5231, Fax: (202) 757-5256, Email: davis1s@ncr.disa.mil
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DISA/D4AD/DTN/DCA100-03-T-4016/listing.html)
- Record
- SN00239724-F 20030117/030115215504 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |