Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2004 FBO #0809
MODIFICATION

59 -- Information Technology Components

Notice Date
2/12/2004
 
Notice Type
Modification
 
Contracting Office
Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
W914NS-04-Q-0135
 
Response Due
2/17/2004
 
Archive Date
3/3/2004
 
Point of Contact
Major Tom Ficklin, Contracting Officer, Phone 703-343-9225, Fax 703-239-9227, - Ellen Adams, Contracting Officer, Phone 703-239-9224, Fax 703-239-9227,
 
E-Mail Address
ficklint@orha.centcom.mil, adamse@orha.centcom.mil
 
Description
This amendment accomplishes the following: Increases quantities for the following line items: 0002 (HP Laserjet 4200N) to 650; 0003 (Black ink cartridge) to 4000; 0011 (Lexmark printer C912) to 50; 0012 (black print cartridge) to 400; 0013 (Canon fax L240) to 1100; 0014(cartridge) to 350; 0015 (Epson Scanner 1640SU) to 50; 0017 (Ricoh FT4618) to 250; 0018 (Ricoh Aficia 1013) to 250; 0019 (Thuraya Sat. Phone) to 250; 0020 (prepaid scratchcard - 180 units) to 950; 0022 (Thuraya base station) to 125; 0024 (Motorola T5820AA radios) to 600; 0025 (rechargeable AA batteries) to 600; 0026 (Motorola P030 Portable radio) to 5500; 0027 (230V 6 unit charger) to 400; 0028 (Motorola M0RHF6AA_N GM350 UHF (403-439 MHz)25w) to 5500; 0042 (HP d530 desktop) to 5500. Ordering period specified at the beginning of the schedule is changed to match FAR Clause 52.216-18 paragraph (a) fill-in ?through? date; 31 Jan 05. Fill-ins for FAR Clause 52.216-19 are changed as a result of adding additional quantities. Paragraph (b)(1) changed to $10,000,000 and paragraph (b)(2) changed to $15,000,000 Additionally, the units for line item 0020, prepaid scratchcard for Thuraya phone is changed to 160. Delivery is required within 30 days of placing an order. Earlier delivery is desired; offerors shall propose delivery schedule. Revises administrative error in text of SF30, amendment 0006. A line item was added for replacement cartridge for fax machine that erroneously referred to the fax machine as line item 0001; the fax machine is line item 0013. Closing date is unchanged. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. *****This solicitation, W914NS-04-Q-0135, is issued as a Request for Quotation (RFQ). This is a brand name or equal request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13 and DFARS Change Notice 20020531. The associated NAICS code is 443120.*****The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for the following: BASIC ORDERING PERIOD IS FROM DATE OF AWARD TO 31 DEC 04 A. B. C. D. ITEM SUPPLIES/SERVICES EST QTY UNIT UNIT PRICE EXTENDED PRICE (A X C) 0001 LAN Switch, Linksys 8-port switch 40 Ea $ $ 0002 Network Printer, HP LaserJet 4200N 30 Ea $ $ 0003 Replacement printer cartridge, black, for item 0002 150 Ea $ $ 0004 Network Printer, HP Color LaserJet 2500n 10 Ea $ $ 0005 Replacement printer cartridge, black for item 0004 150 Ea $ $ 0006 Replacement printer cartridge, color for item 0004 100 Ea $ $ 0007 Printer, HP Deskjet 450cbi Mobile Printer (C8112A) 10 Ea $ $ 0008 Replacement printer cartridge, black for item 0007 100 Ea $ $ 0009 Printer, Lexmark C912 10 Ea $ $ 0010 Replacement printer cartridge, black for item 0009 100 Ea $ $ 0011 Fax Machine, Cannon Fax L240 20 Ea $ $ 0012 Scanner, Epson 1640SU Office Scanner 20 Ea $ $ 0013 Scanner, HP ScanJet 8250 (C9932A) digital flatbed scanner 10 Ea $ $ 0014 Copy Machine, Ricoh FT4618, with toner and 12 mo service agreement 20 Ea $ $ 0015 Copy Machine, Ricoh Aficia 1013 with toner and 12 mo service agreement 20 Ea $ $ 0016 Thuraya Satellite telephone, prepaid SIM chip (minimum 60 minutes), user manual, dust cover/case, universal charge (220/110v), minimum 24 hr standby time / minimum 2 hr talk time (battery life). Satellite coverage for phone must include ALL Middle Eastern nations. 150 Ea $ $ 0017 Prepaid SIM Chip for item 0016 ? 360 minutes 250 Ea 0018 Spare battery for item 0016 ? minimum 24hr standby / 2 hr talk time. 100 Ea 0019 Thuraya Satellite phone Base Station for item 0011, universal power supply, user manual, minimum 15m antenna cable. 75 Ea $ $ 0020 Arabic Edition Word 2002 30 Ea $ $ 0021 Motorola TalkAbout T5820AA radios 200 Ea $ $ 0022 Rechargeable AA batteries, Rapid Charger Kit w/ 4 1700 mAh NiMH rechargeable batteries by Lenmar 200 Ea $ $ 0023 Motorola P030 Portable Radios with NiMH Ultra High Capacity Battery, dust cover w/belt loop 60 Ea $ $ 0024 230V 6-Unit Charger (Euro Plug) for P030 Radios 5 Ea $ $ 0025 Motorola M0RHF6AA_N GM350 UHF (403-439 MHz) 25W, 128 Channels 6 Ea $ $ 0026 ENLN4055 Wall Mount Housing Kits (for item 0033) 6 Ea $ $ 0027 ENLN4057 Shelf Mount Housing Kits for Fixed Repeater (for item 0033) 6 Ea $ $ 0028 Motorola HFE8400 UHF Duplexer (403-440 MHz) 6 Ea $ $ 0029 Motorola TDE7750 406-420 MHz, 3.5dB Gain, with 100 foot cable 6 Ea $ $ 0030 Motorola ELN4056 Controller Interface 6 Ea $ $ 0031 Antenna Mast for Fixed Repeater 6 Ea $ $ 0032 HKN9969_R 16 Conductor Accessory Cable, 90cm Length 6 Ea $ $ 0033 Compaq Evo Notebook N800c Laptop Computer: System shall meet the following minimum requirements: MS Windows 2000, 32MB video memory, Mobile Intel Pentium 4 or AMD equivalent processor 2.00GHz-M FSB, 15?TFT SXGA+ display, 40GB hard drive, 256MB DDR RAM, CDR/W, touch pad and touch point keyboard, li-ion battery, 56K V.92 modem and 10/100 NIC, Software included: (MS Office 2003 Professional, WinZip compatible compression/archiving, Antivirus, Personal Firewall) , standard warranty, AC adapter with power cord, carrying case, removable 1.44MB floppy drive. Include original individual copies of ALL software and a recovery disk. 100 Ea $ $ 0034 Docking station/suite for item 0033 to include port replicator, mouse/keyboard and 17? lcd or 19? CRT monitor. 100 Ea $ $ 0035 APC Back-UPS RS 1500VA (or 2000VA) 20 Ea $ $ 0036 D-Link DSB-C310 USB web camera 20 Ea $ $ 0037 Proxima x350 UltraLight with hard-sided rolling case 20 Ea $ $ 0038 Laser Pointer, Laser Infiniter 100 650NM black, 500 yard laser emission. 10 Ea $ $ 0039 Hewlett-Packard d350 small form factor, mini tower personal desktop computer with 17? LCD flat panel monitor or 19? CRT monitor. System shall meet following minimum requirements: Pentium Processor 4 or AMD equivalent @ 2.0GHz/533MHz FSB, MS Windows 2000 SP4, 512MB DDR Memory, 40GB Hard Drive, 1.44MB Floppy Drive, 48X24X48X CDR/W Drive, Software included: (MS Office 2003 Professional Edition, Antivirus, WinZip compatible compression/archive, Personal Firewall), ball/optical scroll mouse, keyboard, 10/100baseT compatible Ethernet network card, standard warranty. Include original individual copies of ALL software and a recovery disk. 200 Ea $ $ 0040 USB interface portable memory / thumb-stick/ memory stick, minimum 64MB capacity. 300 Ea TOTAL $ LINE ITEM PRICES SHALL INCLUDE COSTS FOR FOB DESTINATION (SHIPPING TO IRAQ)AND STANDARD COMMERCIAL WARRANTIES. An electronic version of the SF 1449 may be viewed at www.cpa-iraq.org. The items will be delivered to various locations within the country of Iraq. The Contracting Officer will evaluate quotes on the basis of information furnished by the offer or offeror identified in the offer and reasonably available to the Contracting Officer. In accordance with Federal Acquisition Regulation 52.216-1 Type of Contract, the Government anticipates award of a firm fixed price, indefinite delivery indefinite quantity contract, with delivery information and quantities to be stated on each delivery order. Acceptance will be specified in each delivery order. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation ? Commercial Items, offerors should submit with their quotation: (1) Price proposal which shows each proposed unit price and total price for all items; (2) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (MAY 2002), and Alternate I (APR 2002); (3) Contractor?s Dun and Bradstreet (DUNS) number; (4) Contractor?s Cage Code; and (5) An affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov. The following provisions and clauses apply to this acquisition/solicitation: FAR 52.212-1 Instructions to Offerors ? Commercial Items (OCT 2000); FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders ? Commercial Items (MAY 2002) applies to this acquisition, to include the following subparagraphs; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers With Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUL 2000); FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (MAY 1999)]; FAR 52.232-36 Payment by Third Party; FAR 52.219-6 FAR 52.233-3 Protest After Award (AUG 1996; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.204-7004, Required Central Contractor?s Registration (NOV 2001); All interested, responsible firms should submit quotes (Original plus One Copy of Quote and Applicable documentation IAW FAR 52.212-2) no later than 5:00 P.M. (Baghdad Time), 17 Feb 04, to the following email address: ficklint@orha.centcom.mil Attn: Major Tom Ficklin, Coalition Provisional Authority, Baghdad, Iraq. Questions in regards to this quotation should be directed to Maj Tom Ficklin at email ficklint@orha.centcom.mil . Faxed quotes will NOT be accepted. Copies of above referenced clauses are available at http://www.arnet.gov/far/ . Please note that any amendments to this Solicitation shall be processed in the same manner as this Synopsis/Solicitation. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items found at http://web1.whs.osd.mil/icdhome/SFOFFORM.HTM for use in preparation of quotation for submission. Contractors must be registered in the Central Contractor?s Registration database (www.ccr.gov) prior to the award of any Government Contract. An electronic version of the SF 1449 is available at the following website: www.cpa-iraq.org
 
Place of Performance
Address: Delivery shall be FOB Destination to Baghdad International Airport, Iraq.
Country: Iraq
 
Record
SN00521832-W 20040214/040212213222 (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 |
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.