Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2007 FBO #2061
MODIFICATION

70 -- MULTI-BAY BATTERY CHARGERS for PANASONIC TOUGHBOOK CF18 & CF19 NOTEBOOK COMPUTERS

Notice Date
7/17/2007
 
Notice Type
Modification
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310, UNITED STATES
 
ZIP Code
28310
 
Solicitation Number
H92239-07-T-0041
 
Response Due
7/20/2007
 
Archive Date
8/4/2007
 
Point of Contact
Valaida Bradford, Contract Specialist, Phone 910 3960560, Fax 910 4329345,
 
E-Mail Address
bradforv@soc.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
AMENDMENT 0001 QUESTION FOR SOLICITATION H92239-07-T-0041 Question: Can you please tell me who the manufacturer is and the actual part number for these battery chargers? Answer: This information is not provided. The requirement is brand name or equal. The specifications provided requires the vendor to determine the items available that meet the specifications. The US Army Special Operations Command (USASOC), Fort Bragg, North Carolina has a requirement for the Purchase and Delivery of 108 each Multi-Bay Battery Chargers for CF18 and CF19 Panasonic Toughbook Notebook Computers. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes shall reference the Request for Quotation number H92239-07-T-0041. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-18. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. The North American Industry Classification System (NAICS) is 334112. The size standard is 1000 employees. This requirement is 100% set aside for HUBzone. This acquisition is Brand Name or Equal. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, drawings, or other information) necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. Offerors not providing technical information may be excluded from competition. DESCRIPTION OF ITEM: SCHEDULE ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Multibay Battery Chargers ? MBC10-18/19 108 each This item has a 10 battery capacity. Full charge shall be indicated with a green LCD. The safety and standards of the requested chargers shall be engineered to use the proper, most efficient charge method for Li-ion batteries. Once fully charged, the maintenance mode shall ensure that the battery can be safely left in the charger for an extended period of time. The battery chargers shall also stop the charge cycle to defective batteries and shall have been tested for compliance to the following standards: UL, FCC, CE and CSA requirements. Electrical: 100-120V/ 60Hz ~ 4.3A and 220-240V/ 50Hz ~ 1.8a. Charge time: 4 hours (typical). Output Load: Charge Power: 15 W max. per station: Discharge Power: 3 W max. per station. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph ?a? of the provision EVALUATION AND AWARD: Award will be made to the responsive, responsible offeror whose proposal conforms to this solicitation and is the ?Best Value? to the Government. The following evaluation factors in the descending order of importance will be used to evaluate offers: (1) Technical acceptability (2) Delivery and (3) Price. Technical acceptability is defined as the contractor?s ability to meet or exceed the requirement. Technical acceptability will be evaluated on a Pass or No-Pass basis. Only those offers evaluated, as Pass will be further evaluated and considered for award. Offers will be evaluated for delivery. Delivery is defined as the capacity of the offeror and affirmation by the offeror to deliver all items in one shipment excluding partial deliveries. Offerors will be evaluated for Price. Price shall be quoted in accordance with the CLIN to be incorporated in the Schedule of Supplies and Services in the event an award is made. The factor of technical capability is significantly more important than delivery and price combined. The factor of delivery is slightly more important than price. Offers shall remain valid for a minimum of 30 days. 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government; 52.222-26, Equal Opportunity; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.247-59, Destination Unknown; and 52.222-35, Equal Opportunity for Special Diasbled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.203-7, Anti-Kickback Procedures; 52.209-6, Protecting the Government?s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-3, Notice of Total HUBZone Set Aside; 52.223-6, Drug-Free Workplace. Additionally, DFARS 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7024 applicable. 252.232-7003 Electronic Submission of Payment Invoices. DELIVERY/ ACCEPTANCE POINT: Delivery location is Fort Bragg, North Carolina 28310. It is requested that all items are delivered at once to alleviate partial deliveries. FOB POINT: Destination. The Defense Priorities & Allocations System (DPAS) is not applicable to this requirement. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Ms. Valaida J. Bradford), Fort Bragg, North Carolina, 28310, not later than 1:00 p.m. EST, 20 July 2007. Fax submissions will be accepted at (910) 432-9345. E-mail submissions will be accepted at bradforv@soc.mil. It is the contractor?s responsibility to ensure that the Contracting Officer receives e-mail submissions. QUOTES SHALL INCLUDE: (1) letter signed by an individual authorized to bind the organization with a schedule of the offered item to include unit and total price, (2) completed Representations and Certifications, and, (3) acknowledgment of any amendments that may be issued. Questions regarding this acquisition shall be submitted in writing and e-mailed to the Contracting Officer?s address provided not later than 16 July 2007. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contract for this requirement is Ms. Valaida Bradford, Contract Specialist at (910) 396-0560, email, bradforv@soc.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUL-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-07-T-0041/listing.html)
 
Place of Performance
Address: HQ, USASOC FT. BRAGG, NC
Zip Code: 28307
Country: UNITED STATES
 
Record
SN01344921-F 20070719/070717223738 (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.