Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2007 FBO #2022
SOLICITATION NOTICE

70 -- RACK MOUNT DISPLAY, MONITOR, ADAPTER, POWER SUPPLY

Notice Date
6/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-07-R-0200
 
Response Due
6/14/2007
 
Archive Date
7/14/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. N65236-07-R-0200 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17. This acquisition will be processed on a 100% small business set-aside. The applicable North American Industry Classification Systems (NAICS) Code is 334119, and the size standard is 1000 employees. This solicitation is for the purchase of the following items: CLIN 0001: 88 each - daylight readable, 19-inch LCD monitor w/military backlit keyboard, trackball w/USB interface, includes speakers and headphone jack. Features include - low profile 2U (3.50") when closed, laptop style flip-up display in a 19-inch rack mount rugged all metal enclosure; torque adjustable friction hinges for flip-up enclosure; daylight readable 19-inch diagonal viewing area LCD display; minimum brightness: 350 nits in darkness; 425 nits in sunlight per Mil-L-85762A; minimum contrast ratio: 1300:1 in darkness; 3.5:1 in sunlight per Mil-L-85762A; sand and dust sealed gasket for display; power and video signal status LEDs; support resolutions up to 1600 x 1200 pixels with scaling and image zoom capability; support interlaced and non-interlaced separate, composite, sync-on-green and STANAG 3350A analog video; support for NTSC, SECAM, PAL, S-video, component, and RS-170 live video; support for picture-in-picture, image rotation/inversion and user gamma control; all-metal rugged construction and certified to MIL-STDs 810F, 901D, 167B, 461E, and tempest level 2; minimum operating/storage temperature ranges: -20C to 60C / -30C to 70C; USB keyboard and trackball interface; integrated stereo speakers and front-located 3.5mm headphone jack; EMI/RFI/debris sealed, shielded, rugged, and positive locking connectors for power, video and keyboard/trackball; maximum weight - 18 lbs.; maximum depth - 18 inches. CLIN 0002: 88 each - 19" monitor, enhanced; anti- reflective, contrast and brightness optical enhancements for display listed in CLIN 0001. CLIN 0003: 88 each - rack adapter with 20-30 inch depth adjustment. Features include - rack mounting adapter for installing laptop style flip-up display/keyboard/trackball enclosure into 19" rack; low profile 2U (3.50") sleeve w/steel ball-bearing slides, which deploy display/keyboard/trackball up to 16" outward from rack chassis; steel ball- bearing slides rated for loads up to 130 lbs. per each slide; adjustable mounting brackets for 20" to 30" deep racks. CLIN 0004: 88 each - 120/240 VAC input 100W power supply and mounting bracket assembly to the monitor/keyboard enclosure. Features include - 100Watts; 8.33 amps; 12 VDC output filtered and regulated; UL, FCC, RoHS, CE Compliant; power status LED on power supply. CLIN 0005: 88 each - Warranty for a total of three years on monitors and power supply. CLIN 0006: 88 each - cable, video; premium grade shielded analog UXGA; 4 ft., HD15 plug to HD15 plug. Features include - EMI/RFI/debris sealed, shielded, rugged and positive locking HD15 plug connector; robust dual ferrite cores for video signal shielding; thick PVC jacket for abrasion resistance and outdoor use. CLIN 0007: 88 each - cable, audio; premium grade; 5 ft.; 3.5mm plug to 3.5mm plug; gold headphone connectors. Features include ??? EMI/RFI/debris sealed, shielded and rugged 3.5mm plug connects; thick PVC jacket for abrasion resistance and outdoor use. The delivery schedule is 25 August 2007. Inspection/Acceptance: Destination. Place of Delivery: SPAWARSYSCEN Charleston, 2921 Avenue B North, Building 1639, North Charleston, SC 29405-1639. FOB Destination. Solicitation provision at FAR 52.212-1, Instructions to Offerors-Commercial, is hereby incorporated by reference. FAR 52.212-2, Evaluation???Commercial Items, is hereby incorporated by reference. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Price shall be used to evaluate offers. Offeror must include a completed copy of provision FAR 52.212-3, Offeror Representations and Certifications- Commercial Items as well as 252.212-7000, Offeror Representations and Certifications ??? Commercial Items, with its offer. The following FAR clauses are hereby incorporated by reference: (1) 52.212-4, Contract Terms and Conditions-Commercial Items; (2) 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 1; 52.222-3, Convict Labor; 52.222-19, Child Labor???Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (Apr 1984); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222- 37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; and 52.232-33, Payment by Electronic Funds Transfer???Central Contractor Registration; and (3) 52.247-34, FOB Destination. The following DFARS clauses are hereby incorporated by reference: (1) 252.204-7004 Alt A, Central Contractor Registration; (2) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; and (3) 252.211-7003, Item Identification and Valuation. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, is hereby incorporated by reference, including 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea; and 252.247-7024, Notification of Transportation of Supplies by Sea. The following local clauses are hereby incorporated: G-317, WAWF Invoicing Instructions; H-359, Limited Release of Contractor Confidential Business Information; and L-360, State Sales Tax Exemption. Any additional contract requirements or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices will be incorporated. The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. Signed and dated offers (original) must be submitted to Space & Naval Warfare Systems Center (SPAWARSYSCEN) Charleston, P.O. Box 190022, North Charleston, SC 29419-9022, ATTN: Joanne Banks, Code 026JB, on 14 June 2007 before 2:00 p.m. (EST). Contact Joanne Banks at joanne.banks@navy.mil or (843) 218-5953.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=001B116B964E8397882572F400688C87&editflag=0)
 
Record
SN01314404-W 20070610/070608224726 (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.