SOLICITATION NOTICE
70 -- Desktops and Laptops
- Notice Date
- 4/14/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
- ZIP Code
- 19111-5083
- Solicitation Number
- N00140-04-Q-0003
- Response Due
- 4/26/2004
- Archive Date
- 5/11/2004
- Point of Contact
- Frank Moretti, Contract Negotiator, Phone 215-697-9611, Fax 215-697-9569, - Brian Excell, Contracting Officer, Phone 215-697-9610, Fax 215-697-9569,
- E-Mail Address
-
frank.moretti@navy.mil, brian.excell@navy.mil
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N00140-04-Q-0003. This solicitation documents and incorporates provisions and clauses in effect through FAC 2001-14 and DFARS Change Notice 20030430. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. The NAICS code is 334111 and the Small Business size standard is 1000 employees. This is an unrestricted action. The FISC Norfolk Detachment Philadelphia requests responses from qualified sources capable of providing: Contract Line Item Number (CLIN) 0001, Desktop Hardware Configuration, 110 each, consisting of the following: Processor - Pentium 4, 3.06 GHz 8K level 1 build-in cache, 512KB level 2 built in cache with Netburst Architecture, 800MHz FSB, mother board must support 800 MHz FSB; Memory - 1GB memory ECC DDR 400 RAM, 2 DIMMS; Hard Drive - 120GB hard drive, 7200 RPM, Ultra ATA 100, with 8MB Data Burst Cache, removable hard drive with CRU Removable HDD Kit, P/N 9270-751-03, hardware must support ATA 100 on the motherboard; CD/DVD ROM - DVD+-R/RW & CD-R/RW, DVD Read speed: -ROM/R/RW 12X/6x/6x, DVD Write Speed: -R/RW 4x/2x +R/RW 4x/2.4x, CD Read Speed: 32X, CD Write Speed: R/RW 16x/10x, must be able to support hardware formatting of DVD media; FDD - 3.5?. 1.44MB (internal); Ports, PCMCIA (Front Mounted, Supports 2 Type I/II, 1 Type III), USB 2.0 Parallel, Serial (9 pin), IEEE 1394 Firewire Support; Video - 128MB 8XAGP, Supports Open GL, Direct X 9.0 and DVI, requesting a card that has similar specifications as the ATI Radeon 9500 Pro or the Nvidia GeForce 4 TI 4600 chipsets; Modem/NIC - 56K/ 10/100/1000 NIC, removable modem card, must be IPv6 compliant and backward compatible with IPv4; Display - 17? Flat Panel Display SXGA (1280 x 1024), prefer Samsung 171s or newer edition, also supports DVI; Removable Media - 250 MB ZIP Drive; System Battery (CMOS), must be removable; Case Dimensions - 18 "x 6 7/8"Hx18 3/8"Dx 7?W, Bays (5.25? and 3.5? external bays), Drive Bays: Two internal 3.5", two external 5.25", three external 3.5"; Pointing devices - Standard Keyboard and Scroll Mouse (2 button, Optical mouse to include PS2 adapter), Security Devices - Smart Card Reader (USB), SCM SCR 331; Software/OS, OS: Windows 2000 Pro w/ SP3, all software must be on current Navy Enterprise License agreements; Miscellaneous - vendor shall identify as part of quote how long quoted systems will be available for purchase beyond the delivery of the last units under the instant acquisition, all H/W components must be on Microsoft?s Windows 2000K H/W compatibility list; Warranty - 3 yr on site, 24 hour, 7 days a week CONUS and OCONUS support, warranty must support DOD declassification process. CLIN 0002 Laptop Hardware Configuration, 600 each, consisting of the following: Processor - Pentium 4-m, 2.4 GHz, 512KB level 2 built in cache with Netburst Architecture, 400MHz FSB; Memory - 1 GB DDR SDRAM ECC 333Mhz, 2 DIMMS; Hard Drive - 60GB, 7200 RPM, ATA 100, removable; CD/DVD ROM - internal 8-24-10-24 SWDVD/CDRW Combo drive, must support Hardware format, laptop must be able to have FDD and CD installed at the same time; FDD - 3.5?, 1.44MB, internal/swappable; Ports - PCMCIA (Supports 2 Type I/II, 1 Type III) USB 2.0, Firewire IEEE1394 Parallel Serial (9 pin), 2 Ports, (Ports must be flushed with case), 6-pin connector; Video - 128MB VGA, Supports Open GL and DirectX 9.0, requesting a card that has similar specifications as the ATI Mobility Radeon 9700 or the Nvidia GeForce 4, 4200 GO chipsets; Modem/NIC - 56K/ 10/100 NIC Combo unit, must be IPv6 compliant and backward compatible with IPv4, must be able to disable Modem in system BIOS with out disabling Network Card; Display - 15? SXGA Display (1280 x 1024); Removable Media - 250MB ZIP Drive, internal swappable; System Battery - must be removable; Pointing Device - mouse touch pad; Carrying Case - Nylon Carrying Case, (Option) Hard Shell Case; Security - Smart Card Reader (USB), SCM SCR 331; Software/OS ? OS: Windows 2000 Pro w/ SP3; Miscellaneous ? vendor shall identify as part of quote how long quoted systems will be available for purchase beyond the delivery of the last units under the instant acquisition, all H/W components must be on Microsoft?s Windows 2000K H/W compatibility list; Warranty, 3 yr on site, 24 hour, 7 days a week CONUS and OCONUS support, warranty must support DOD declassification process. For any changes to the quoted systems, starting with firmware level and up, the vendor shall notify and receive approval from SPAWAR C4I Program Office Philadelphia prior to any changes being incorporated. Vendor?s desktops and laptops shall have separate and distinct system part numbers assigned to each system. At the closing date of the synopsis/solicitation, vendor shall delivery 1 desktop and 1 laptop for technical review by SPAWAR San Diego C4I Programs Office Phila. If units are selected for award, they shall be considered the first shipped, production units on the resultant purchase order. Delivery schedule for CLINs 0001 and 0002 is as follows: Delivery of 1 desktop and 1 laptop is required 2 weeks after closing date of solicitation; 49 desktops and 199 laptops, 2 weeks after date of award; 50 desktops and 200 laptops, 4 weeks after date of award; 10 desktops and 200 laptops, 6 weeks after date of award. Delivery shall be FOB Destination to SPAWAR San Diego, C4I Programs Office Philadelphia, 700 Robbins Ave., Building 7D, NAVICP, Philadelphia, PA 19111. Following award, all unsuccessful quoters? demo units shall be returned by SPAWAR C4I Programs Office Philadelphia at the expense of the quoter. Quoters shall provide in their quote a point of contact (name and phone number) and ship to address where the demo units shall be returned. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, including 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8, Utilization of Small Business Concerns, 52.219-9, Small Business Subcontracting Plan, 52.219-25, Small Disadvantaged Business Participation Program ? Disadvantaged Status and Reporting. 52.222.21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-19, Child Labor ? Cooperation with Authorities and Remedies, 52.223-9, 52.225-5, Trade Agreements, 52.225-13, Restriction on Certain Foreign Purchases, 52.223-33, Payment by Electronic Funds Transfer ? Central Contractor Registration, 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.219-7003, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts)(APR 1996), 252.225-7021, Trade Agreements (JAN 2004), 52.227-7015, Technical Data ? Commercial Items (NOV 1995), 252.247-7023, Transportation of Supplies By Sea (MAY 2002), 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000). All clauses shall be incorporated by reference in the order. This announcement will close at 4:00 (local time) on 22 Apr 04. Contact Frank Moretti who can be reached at 215-697-9611 or email frank.moretti@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote that shall be considered by the agency. No Numbered Notes apply. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a firm fixed priced purchase order resulting from this synopsis/ solicitation to the responsible quoter whose quote, conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The Government may award a single contract for both the desktops and laptops or make a split award for each of the systems. The evaluation of quotes will consider the quoter?s Technical Quote more important than the quoter?s Price Quote. The following technical factors shall be used to evaluate quotes and are listed in descending order of importance: Technical Capability, Past Performance. Technical Capability ?The quoted units are to be loaded with a Government-owned, non-classified software application to determine whether the software can operate within the units. If compatible with the Government-owned software, the quoted units will then be evaluated to determine how fast the software operates in the quoted units. Second, quoters shall provide a technical data sheet and/or specifications for both the quoted desktops and laptops. Past Performance - The quoter shall describe its past performance on directly related or similar contracts it has held within the last five (3) years which are of similar scope, magnitude, and complexity to that which is detailed in the synopsis/solicitation or affirmatively state that it possesses no relevant directly related or similar past performance. Quoters who describe similar contracts should provide a detailed explanation demonstrating the relevance of the contracts to the requirements of the synopsis/solicitation. The quoter should provide the following information regarding its past performance: a) Contract Number(s), b) Name and telephone number at the Federal, State, Local Government or Commercial entity for which the contract was performed, c) Dollar value of the contract, d) Detailed description of the work performed, e) Names of subcontractor(s) used, if any, and a description of the extent of the work performed by the subcontractor(s), f) The number, type, and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the corrective action. The Government reserves the right to obtain information for evaluating past performance from any and all sources outside the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of an quoter with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the quotes of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. If an quoter fails to provide any past performance information which is similar in scope, magnitude and complexity to that which is detailed in the RFP or fails to affirmatively state that it possesses no relevant directly related or similar past performance, the quote may not be awardable. The Government will consider the quality of quoter?s past performance. This consideration is separate and distinct from the Contracting Officer?s responsibility determination. The assessment of the quoter?s past performance will be used as a means of evaluating the relative capability of the quoter and other competitors to successfully meet the requirements of the RFQ. In determining the rating for the past performance evaluation factor, the Government will give greater consideration to the contracts which the Government feels are most relevant to the RFQ. The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The information should include discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter?s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. Addenda to FAR 52.212-1 is DFARS 252.204-7004 entitled "Required Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html . All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Note: All information technology items must be Year 2000 compliant. Year 2000 compliant means information technology that 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. Furthermore, Year 2000 compliant information technology, when used in conjunction with other information technology, shall accurately process date/time data if the other information technology properly exchanges date/time data with it.
- Record
- SN00565947-W 20040416/040414212457 (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 |