SOLICITATION NOTICE
70 -- Personal Digital Assistant (PDA) Device
- Notice Date
- 2/14/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Commerce, U. S. Census Bureau, Suitland, Acquisition Division Room G-314 FB#3, Washington, DC, 20233
- ZIP Code
- 20233
- Solicitation Number
- YA1323-03-RP-00004
- Archive Date
- 4/4/2003
- Point of Contact
- Donald Moses, Contract Officer, Phone 301/763-1824, Fax 301/457-1785, - Randy Hart, Contract Specialist, Phone 301/763-2671, Fax 303/457-1785,
- E-Mail Address
-
donald.l.moses.sr@census.gov, randy.w.hart@census.gov
- Description
- (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. (ii)The solicitation number is YA1323-03-RP-00004. The solicitation is issued as a Request for Proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 12 dated 1/24/03. (iv) The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a small business size standard of 100 employees. This requirement is being solicited on an unrestricted basis as a Commercial Item Acquisition. (v) There is a Statement of Need (SON) for Personal Digital Assistant (PDA) Computing Devices. The SON is an attachment to this solicitation. The SON describes the Government's functional requirements and intended use of the PDA Devices. Evaluation factors will be applied against the SON to determine which PDA device offered best meets the stated Government requirements. The SON must be retrieved from the following site: http://www.census.gov/procur/www/pda (vi) The U.S. Census Bureau has a requirement for PDA devices in accordance with the SON, on a fixed price, Indefinite-Delivery Indefinite-Quantity basis. (vii) The minimum order quantity is 50 units. The maximum order quantity is 1212 units. (viii) All units shall be delivered as follows: The first 50 units ordered shall be delivered FOB Destination by May 21, 2003. These units shall be delivered to: Bureau of the Census, 4700 Silver Hill Road, Shipping/Receiving, Room 1534/3, Suitland, Maryland 20746, Attention: Carol Hammond When a delivery is made, the contractor shall provide the Government with a complete inventory of all delivered hardware (with serial numbers). All packaging, labels, and materials for product return (in the event a return is necessary) must be provided. All certification and documentation of software licensing must also be provided. The Contractor is responsible for packing and packaging to ensure safe delivery of the PDA devices. Delivery of items ordered above 50 units shall be specified at a later date. However, it is anticipated that orders up to the maximum quantity shall be place by November 30, 2003. Future delivery sites may consist of the following BOC localities: Atlanta, New York, Headquarters at Suitland, Maryland, or another central delivery location. Future order shall be delivered FOB Destination. Note: All FAR clauses and provisions require for proposal submission must be retrieved by the offeror. All FAR clauses and provisions can be downloaded at http://www.arnet.gov/ Please ensure that all clauses or provisions that require fill-in and/or signature are completed. Offerors are advised to retrieve and read all applicable clauses and provisions relative to this acquisition. (ix) The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following addenda to this provision also applies: paragraph b(11) c) of this clause; acceptance period is 60 calendar days. To be considered a responsive proposal, offerors must comply with the following: 1. Ensure that its proposal clearly addresses the requirements contained in the SON, and 2. Ensure that all submissions required by this solicitation are received by the specified closing date and time. A complete proposal submission shall consist of a Product Sample, a Technical Proposal, a Price Proposal, Certifications and Representations, and a statement specifying the extent of agreement with all terms, conditions and provisions of this solicitation as required by FAR 52.212-1 (b) (11). Product Sample: Offerors must submit one (1) PDA device and all peripherals as specified in the SON. Offerors shall include the manufacturer or brand name, make and model of the PDA as well as all peripherals. Offerors are instructed to submit the sample device with all hardware and software configured properly to demonstrate SON compliance. Technical Proposal: Offerors must submit product literature and other supporting documentation that demonstrates the proposed PDA's compliance with all Government SON requirements. Offerors must provide documented solutions to the following section of the SON: Section III - Physical Characteristics, items 4 (battery solution), 18 (support mapping software, GPS interaction), 19 (xCellenet Afaria Client), 20 (Personal Java Runtime Profile), 21 (multiple applications). For SON, Section III, items 18 and 20, the Government is providing test files that offerors must use to demonstrate compliance with these requirements. These files can be accessed at the following website: http://www.census.gov/procur/www/pda Offerors must demonstrate Section III, items 4, 19, and 21 of the SON without any materials provided by the Government. Offerors must submit detailed instructions on how the Government can test the device for compliance with the functional requirements. The instructions must be complete and thorough. Price Proposal: The Government guarantees a purchase of 50 units. Offerors are requested to submit prices for PDA packages in the following quantities: 50 units; 51 through 1212 units. Include price break out tables for each item included in the PDA package including, at a minimum, a price for the modem, GPS solution, external storage, DC automobile adapter, stylus, protective cover, battery charger, and unit price for batteries. In addition, you are instructed to include separate optional unit pricing for xCellenet Afaria Client, mapping software compatible with the vendor solution, and additional external storage cards (above those included with the PDA package) for the following quantities; 50, 51-1212. If the optional quantities are exercised, it is anticipated that a quantity in the range of 50 to 1212 will be ordered by November 30, 2003. Please state any applicable price discounts for all products offered. Certifications and Representations: Offerors must also fill out and submit the Certifications and Representations (52.212-3) specified below. Offerors may submit the written portion of its proposal electronically by the specified closing date and time. Proposals sent electronically must be sent to the Contracting Officer at Donald.L.Moses.Sr.@census.gov. Please identify the subject line as "Proposal - PDA Device." Include the solicitation number with submission. Proposals submitted by mail (other than product sample device, 3 copies each) must be sent to the following address: U.S. Census Bureau, 4700 Silver Hill Road, Stop Code 1700, Room G-314, Washington, DC 20233-1700, Attention: Donald L. Moses. (x) The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition: The following addenda to this provision also applies: replace paragraph (a) of the provision with the following: The Government will initially verify that all PDA proposals submitted include all hardware and documentation requested by the solicitation and that all components are in working order. If any component fails during the initial review, the Government will notify the offeror and request a replacement. The offeror must provide any replacements within 24 hours of being notified of the problem. This will only be allowed once during the evaluation. If the replacement is not received within this time frame, the offeror's proposal may be disqualified. All proposals meeting the requirements shall be evaluated based on the following evaluation criteria: 1) Technical Capability, 2) Usability, and 3) Price. Award shall be made to the offeror whose proposal is evaluated as the best value to the Government relative to meeting the SON requirements. When combined, Technical Capability and Usability are considered somewhat more important than Price. However, the Government will not make an award at a significantly higher overall price to achieve slightly superior technical capabilities. Evaluation of Technical Capability, Usability and Price will be based on the offeror's proposal submission, including the product sample, product literature, technical documentation, and documented solutions to the following sections of the SON: Section III - Physical Characteristics, items 4 (battery solution), 18 (support mapping software, GPS interaction), 19 (xCellenet Afaria Client), 20 (Personal Java Runtime Profile), 21 (multiple applications). Offerors must include instructions in its proposal submission outlining how the Government can test its submission for compliance with each of these items. Offerors must use the files (see section viii, Technical Proposal) provided by the government to demonstrate Section III, items 18 and 20 of the SON. (xi) Offerors are required to complete and submit the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. (xii) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following addenda to this clause also applies: Technology Substitution: The Government's requirement for the delivery of the product equipment extends to November 30, 2003, perhaps exceeding the technological life of the equipment initially delivered. Should the initially provided technology be superceded, it may be in the mutual best interest of the Government and the contractor to substitute equipment of a newer technology. This is acceptable provided that the conditions below are met: a. The item(s) substituted shall be fully compatible with the originally provided equipment. b. The item(s) substituted shall meet or exceed the specifications of the equipment previously supplied. c. The price of the item(s) substituted shall be equal to or lower than fixed price of the replacement item awarded in the contract. In an event where the price of the substituted item is higher, the Government reserves the right to negotiate a fair and reasonable price for such item. d. Samples of all planned product or product component substitutions must first be delivered to the Government for testing and approval at least 30 working days prior to production line implementation. e. Upon completion of Government testing, a written confirmation of acceptance or the reasons for rejection shall be provided to the contractor within 15 working days from the date of receipt of the samples. f. The Government will reject any deficient substitute. In such instance, the contractor shall correct the deficiency and resubmit its substitution request or replace the component in accordance with the specification. No deliveries are to be made with substitutions that have not been previously approved by the Government. g. The substitution of item(s) shall be by mutual agreement and can only be instituted through a fully executed bilateral contract modification. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited in paragraph (b) of this clause apply: (11) 52.222-21, Prohibition of Segregated Facilities, (12) 52.222-26, Equal Opportunity, (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (14) 52.222-36, Affirmative Action for Workers with Disabilities, (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies, (25) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. Clause 52.232.18, Availability of Funds and clause 52.216-22, Indefinite Quantity, are also applicable. (xiii) Invoice shall be submitted within 30 days after acceptance of equipment to the Finance Office at the Bureau of the Census at the following address: Finance Office, U.S. Census Bureau, 4700 Silver Hill Road, Stop 4400, Washington, DC 20233-4400. (xiv) Inquires: Any inquires relative to this solicitation must be submitted to the Contracting Officer at Donald.L.Moses.Sr@census.gov no later than February 27, 2003. The Government anticipates providing a response to all inquires via amendment to this solicitation no later than March 10, 2003. (xv) A COMPLETE PROPOSAL MUST BE RECEIVED BY THE GOVERNMENT AT THE ADDRESSES SPECIFIED HEREIN NOT LATER THAN MARCH 20, 2003, 3 P.M. EASTERN TIME.
- Place of Performance
- Address: U.S. Census Bureau, 4700 Silver Hill Road, Stop Code 1700, Room G-314, Washington, DC 20233-1700.
- Record
- SN00259662-W 20030216/030214213259 (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 |