Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2006 FBO #1648
MODIFICATION

70 -- Information Technology Enterprise Solutions - 2 Hardware

Notice Date
5/30/2006
 
Notice Type
Modification
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ-06-R-0009
 
Response Due
7/30/2006
 
Archive Date
9/28/2006
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS for ITES-2H. The U.S. Army Small Computer Program (ASCP) in coordination with the Army Contracting Agency (ACA), Information Technology, E-Commerce and Commercial Contracting Center (ITEC4), intends to release a Draft Request For Proposal ( RFP) to support the Armys requirement for commercial-off-the-shelf (COTS) hardware, consisting of, but not limited to purchase or lease of COTS servers, workstations, managed platforms (both desktops and notebooks), thin client devices, networking equipme nt, storage systems, network cabling, video teleconferencing products (VTC), as well as associated factory orderable upgrades and related peripherals such as printers, scanners, digital cameras, displays (including plasma, Cathode Ray Tube (CRT), Digital L ight Processor (DLP), Liquid Crystal Display (LCD) High Definition Television (HDTV), equipment cabinets, transit cases, and other related accessories. The contracts will be open to other Agencies (i.e. Navy, Air Force, DoD components, FMS, and other Feder al agencies) to satisfy their Information Technology requirements (IT). IT products procured through this acquisition are required to comply with DoD and Army standards, such as the DoD IT Standards Registry Federal Information Processing Standards. The Army intends to award multiple Indefinite Delivery/Indefinite Quantity contracts. The contracts will have a five-year period of performance with a three-year base period and two (2) one  year option periods. The total estimated value is $5B. The Govern ment will conduct the acquisition under Federal Acquisition Regulation (FAR) Part 12. The government intends to conduct a full and open competition with up to two awards reserved for small business. The North American Industry Classification System (NAICS) code for this acquisition is 517110 (Telecommunications Network, Wired) with small business size standard of 1,500 employees. Contractors will be required to support up to a Secret security clearance. Some orders may require Top Secret (TS) Sensitive Co mpartmented Information (SCI). Delivery to the address(es) specified on each delivery order shall be within 30 calendar days for CONUS and 35 calendar days for OCONUS locations. The price of shipping CONUS will be included in the fixed price of the produ ct. The price of shipping OCONUS will be handled as an ODC, within restraints, negotiated at the order level. The Contractor shall provide commercial on-site warranties to all locations within and Outside the Continental United States (CONUS/OCONUS) for all products delivered. On-site or mail-back or hot-swap warranty shall be offered to the customer for portable systems. The Government shall not incur additional charges (i.e. shipping, delivery) for warranty support. The option to purchase extended wa rranties in one-year increments shall be offered for all products delivered. Any time-of-purchase restrictions for the purchase of extended warranties shall be in accordance with the contractors policy. The Contractor shall provide a method for performi ng warranty service for Remote OCONUS locations. The Contractor shall provide for the repair or replacement of equipment including transportation/shipping costs to and from the customers site. The warranty period shall commence upon the receipt of the e quipment at the final destination identified on the delivery order or 35 days after shipment from the contractors facility, whichever is sooner. Due to the security limitations in South Korea and delays associated with custom clearance, limited Status of Forces Agreement (SOFA) will be included for that country to enable contract performance. NOTE: The Government intends to utilize an Advisory Multi-Step process in accordance with FAR 15.202 to allow the Government the opportunity to advise offerors abo ut their potential to be viable competitors. In order to participate in the Advisory Multi-Step process, potential prime contractors will respond to the Govern ments forthcoming request to submit qualifying documentation demonstrating their experience and capabilities. The draft acquisition schedule is provided as follows. All dates are subject to change. The Draft Request for Proposal (RFP) will be released o n June 1, 2006. Industry Day will be held on June 15, 2006. The Advisory Multi-Step will be released on June 26, 2006 with submissions due July 10, 2006. The Government will release viability notifications July 31, 2006. The Final RFP will be released on August 8, 2006. The proposals will be due 30 days after Final RFP release. Vendors may access information and documentation regarding the ITES-2H acquisition through the FBO website, http://www.fedbizopps.gov/, or directly at the Army Single Face to I ndustry (ASFI) website, https://acquisition.army.mil/. To obtain pertinent information updates and notices to the acquisition as it progresses, please go to the ATTACHMENTS link located at the bottom of the solicitation view page on the ASFI webpage. Eac h time information is updated on ASFIU, the AMENDMENT NUMBER is incremented by one. If you require assistance with the FBO website please call 877-472-3779 or email fbo.support@gsa.gov. To facilitate subcontracting, vendors seeking to act as subcontracto rs may provide their company name, POC, email, and phone number, and ask to be listed on the FBO website.
 
Place of Performance
Address: ACA, ITEC4 Directorate of Contracting , 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN01059127-W 20060601/060530220639 (fbodaily.com)
 
Source
FedBizOpps 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.