SOLICITATION NOTICE
99 -- MILTOPE Pony Portable Computer Unit and ancillary equipment
- Notice Date
- 4/22/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W31P4Q-04-Q-V278
- Response Due
- 5/11/2004
- Archive Date
- 7/10/2004
- Point of Contact
- John F. Moore, (256) 842-6013
- E-Mail Address
-
Email your questions to US Army Aviation and Missile Command (Missile)
(john.moore2@redstone.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. W31P4Q-04-Q-V278 is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in e ffect through Federal Acquisition Circular 2001-12. This acquisition is being conducted under simplified acquisition procedures in accordance with FAR 13.5. The NAICS CODE is 334112. The U.S. Army Aviation and Missile Command intends to issue a Firm Fi xed Price type contract for the Competitive Procurement of the following Brand Name or Equal Products - the Miltope Pony Portable Computer Unit (PCU) and ancillary accessories/equipment. The Basic Requirement is CLIN 0001--Miltope Pony PCU, 260ea. P/N: 713568, Power Adapter/Battery Charger, 30ea, P/N: 713616, 40 GB Removable Hard Drive, 20ea, P/N: 713618, and External CD ROM, 10ea, P/N: 713617. This solicitation includes an OPTION CLIN 0002--Miltope Pony PCU, 200ea, P/N: 713568, and Power Adapter/Bat tery Charger, 20ea, P/N: 713616. Inspection and acceptance at Origin. FOB Point: Destination, with deliveries to DODAAC W80FJD, Commander, US Army AMCOM Transportation Officer, Bldg. 8022, Redstone Arsenal, AL 35898, MARKED FOR: Bldg. 7213, (Mark Col bath) Phone Number (256)313-0624. The required Delivery Schedule: CLIN 0001: 44 PCU units and all ancillary items to be delivered 30 days after contract award, 43 units 60 days after contract award, 44 units 90 days after contract award, 44 units 120 da ys after contract award, 44 units 150 days after contract award, and 41 units 180 days after contract award. Early deliveries are acceptable and desirable at no additional cost to the government. This hardware will provide digital data interface between Forward Area Air Defense Command and Control (FAAD C2) and Short Range Air Defense (SHORAD) weapon systems. The FAAD C2 Specifications/Purchase Description for Offerors of ??????equal?????? products are as follows: Size: Maximum 12 inches in width, 9 inches in height and 3 inches in depth, Ruggedized: (1) Capable of withstanding the vibration inherent in the Bradley tracked vehicle and High Mobility Military Wheeled Vehicle; (2)Capable of operating in an environment between 0 and 125 degrees Fahrenheit at up to 95% humidity Power Supply: Capable of connecting to an external (vehicle) power source 18-30 VDC, have an internal power source that operates at least five hours without recharge, replacement, or connection to an external power source, Functionality: Four large keys in addition to a standard QWERTY keyboard 1 inch by .5 inch that can be software controlled function keys, Weight: Maximum weight 8 pounds, Compatibility: Dual Channel Tactical Communications Interface Modem to communicate with the Single Channel Ground and Airborne Radio Set and Enhanced Position Location Radio System. Interface: Interface connectors that are MIL-STD. Bidding vendors must provide supporting documentation to show compliance with requirements. FAAD C2 specifications will be made available to the Offeror upon request contact John F. Moore at (256)842-6013, email john.moore2@redstone.army.mil. Level of Preservation/Packing will be consistent with commercial standards. The Offeror must provide documentation to show that they are providing brand name or equal in accordance with the instructions of FAR 52.211-6, incorporated herein by reference. FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following clauses also apply to this solicitation: FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditi ons ???? ?? Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (in paragraph (b) the following clauses apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-3 3 and 52.232-36), FAR 52.217-5 Evaluation of Options, DFARS 252.212-7000 Offeror Representations and certifications ?????? Commercial Items; DFAR 252.211-7003 Item Identification and Valuation and DFARS 252.212-7001 Contract Terms and Conditions Required t o Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items,. (Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil). This solicitation incorporates one or more solicitation provisions/claus es by reference, with the same force and effect as if they were given in full text. Quotes may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address and Fax number; (2) Solicitation number; (3) U nit Price, (4) Prompt payment terms; (5) Taxpayer Identification Number (TIN), Contractor DUNS Number and Commercial and Government Entity (CAGE) Code. A completed copy of FAR 52.212-3 and DFARS 252.212-7000 Offeror Representations and Certifications - Co mmercial Items must be submitted with quote. Offerors who fail to furnish the required representations and certifications or who reject the terms and conditions of this request for quotations may be excluded from consideration. This requirement will be ev aluated in accordance with the procedures of FAR 13.106. The evaluation criteria for award are technical, schedule, and price. Vendors shall provide supporting documentation and/or product literature to show compliance with the stated requirements. Sup porting documentation shall be provided as evidence of technical compliance, performance, and ability to meet schedule. Vendors are required to provide commercial warranty provisions, including offers of extended warranties offered to the general public cu stomary in commercial practice. Proposed prices shall be inclusive of delivery, FOB Destination. Award will be made to the responsible offeror whose offer conforming to the solicitation (i.e. combined synopsis/solicitation) will be most advantageous to the Government, technical, schedule, and price considered. Quotes may be submitted to the U.S. ARMY AVIATION AND MISSILE COMMAND, ATTN: AMSAM-AC-SM-C, W31P4Q-04-R-0278, John F. Moore, Bldg 5303, Martin Road, Redstone Arsenal, AL 35898-5280. Quotes mus t be received by close of business (4:30 p.m.) May 11, 2004. For more information contact: John F. Moore, Telephone number (256)842-6013, FAX number (256)876-5234 or email: john.moore2@redstone.army.mil or the Contracting Officer, Vicki Kennedy, Telephon e number (256)876-5209 or email: vicki.kennedy@us.army.mil.
- Place of Performance
- Address: US Army Aviation and Missile Command (Missile) ATTN: AMSAM-AC-SM-C, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Country: US
- Zip Code: 35898-5280
- Record
- SN00571077-W 20040424/040422212124 (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 |