Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2008 FBO #2328
DOCUMENT

70 -- Laptop computers, Adobe software, and Audio visual equipment - Solicitation 1

Notice Date
4/9/2008
 
Notice Type
Solicitation 1
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Federal Emergency Management Agency, Readiness and Operations Section, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472
 
ZIP Code
20472
 
Solicitation Number
W418798Y
 
Response Due
4/23/2008
 
Archive Date
5/31/2008
 
Point of Contact
Charles E. Clemons,, Phone: 202.646.4645, SamAnsani,, Phone: 202-646-3578
 
E-Mail Address
charles.clemons@dhs.gov, sam.ansani@dhs.gov
 
Description
Solicitation Number: RFQ: W418798Y Notice Type: Combined Synopsis/Solicitation Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR Part 12.6. This is a set-aside under the Stafford Act for business in the disaster declared counties in California that were impacted by the California Wildfires (FEMA-1731-DR). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is RFQ W418798Y and is issued as a request for quotation (RFQ). The ship to POC is Craig H. Hodge, Phone number: (202) 646-2728, Mr. Hodge is not a contracting officer and cannot make any changes to this requirement that will obligate the Government. Therefore, on contractual issues, contact the Contracting Officer, Charles E. Clemons Phone (202) 646-4645 or by email at charles.clemons@dhs.gov. All items will be shipped to Craig Hodge at DHS/FEMA/OM-RM (Mail-drop: RM 301, 1800 South Bell St.) 500C St. SW, Washington, DC 20472: inspection and acceptance will be performed at the same address. The required delivery date is no more than 7 calendar days from date of award. The Depart of Homeland Security Federal Emergency Management Agency Records Management has an urgent requirement for the following items: vendors can submit proposals on all three CLINS, only one CLIN, or any combination of CLINS. Nature and/or description of the item/service being procured CLIN 0001: Laptop computers/quantity 21 each with specifications that are equal to or exceeds the specifications for the Dell latitude D830: Specifically, meeting or exceeding the following minimum specifications: it is required that the system has no less than four (4) GB RAM, a separate video card (with included RAM), a hard drive capacity of no less than 120 GB-encrypted, and a processor speed of no less than 2.4 GHz. We have tried using lower specification laptops but were crippled with our productivity due to “bottle-neck and choking” of the system. It is also a requirement that the laptop is pre-installed with Windows XP professional service pack 2 because our IT staff does not support Windows Vista (Vendor shall provide specifications of equipment offered for a best value determination). Additionally, the vendor shall provide comments in their proposal stating to what extent the portable laptop computer that is being offered meets the following Section 508 requirements: Section 508 (§1194.26) A. Do all mechanically operated controls and keys comply with §1194.23 (k) (1) through (4)? B. If the product utilizes touch screens or touch-operated controls, does the input method comply with §1194.23 (k) (1) through (4)? C. When biometric forms of user identification or control are used, Is an alternative form of identification or activation, which does not require the user to possess particular biological characteristics provided.? D. Where provided, does at least one of each type of expansion slots, ports and connectors comply with publicly available industry standards? CLIN 0002: Redax 5 Pack/Quantity 6 each for a total of 30 licenses agreements: Plug-in Bundle for Adobe Acrobat: Includes 5Redax and 12 months support and maintenance. CLIN 0003: Multimedia LCD Projector Quantity 1 Each: such as Sony VPL-ES4 (A1269461) or one that’s has a brightness of up to 2200 ANSI Lumens and minimum resolution 800x600. Vendor shall provide specifications of equipment offered for a bets value determination. 2. Brand Name Justification rationale: The particular brand name/product, or feature is essential to the Government's requirements, and market research indicates other companies' similar products or products lacking the particular feature, do not meet, or can not/ is not cost effective to be modified to meet the agency's needs. a. CLIN 0001: Laptop computers/quantity 21 each which is equal to or exceeds the following specifications for Dell latitude D830: We are requesting the detail specification because as part of the FOIA review of case files the documents included are extensive and are in the Adobe Acrobat pdf format. Due to the size and amount of the files being reviewed it is required that the system has no less than four (4) GB RAM, a separate video card (with included RAM), a hard drive capacity of no less than 120 GB-encrypted, and a processor speed of no less than 2.4 GHz. We have tried using lower specification laptops but were crippled with our productivity due to “bottle-neck and choking” of the system. It is also a requirement that the laptop is pre-installed with Windows XP professional service pack 2 because our IT staff does not support Windows Vista. b. CLIN 0002: Redax 5 Pack/Quantity 6 each for a total of 30 licenses agreements. We require the Appligent Redax plug-in for Adobe Acrobat because its unique capabilities allows our FOIA cases to be redacted in a thorough and complete manner with notation of the section of public law explaining why the information has been redacted. c. CLIN 0003: Multimedia LCD Projector This multimedia LCD projector does not have to be the exact brand but a requirement is for it to have a brightness of up to 2200 ANSI Lumens and minimum resolution 800x600. Proposal Submission Instructions This is an urgent requirement, therefore proposals are due by April 23, 2008 no later than 4:00PM Eastern Standard Time. Technical proposals shall be prepared and submitted electronically by email in PDF format. Please do not send completed brochures; limit the content of the technical proposal to no more than 20 pages. Questions/Answers: All Questions/Answers regarding this requirement must be submitted in writing by email to the attention of Sam Ansani at sam.ansani@dhs.gov. and a copy to Charles E. Clemons and copy at charles.clemons@dhs.gov.The questions shall arrive no later than April 16, 2008. No verbal questions will be accepted. The Contracting Officer will compile the questions and answers received by the date and time previously stated, and respond by amending the solicitation to incorporate the questions and answers. Contractors shall acknowledge receipt of any amendments including those incorporating the questions and answers, and include their acknowledgements within their proposals. If contractors do not acknowledge receipt of all amendments, they will be considered non-responsive, and therefore ineligible for this award. Solicitation Provision and Contract Clauses. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. The Provision at 52.212-12, Evaluation Commercial Items, is applicable. Vendors will be evaluated on the following criteria (1) Ability to meet specifications and Section 508 requirements (2) ability to deliver on time, and price. Award decision will be based on lowest price technically acceptable, and may result in the award of all or separate CLINS to different vendors, depending on the results of the evaluations of the proposals. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with it offer, this document can be obtained at; http://www.arnet.gov/far/loadmainre.html. Clause at 52.212-4, Contract Terms and Condition Commercial Items, applies to this acquisition and Clause. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders commercial items, applies to this acquisition. 52.226-3 – Disaster or Emergency Area Representation. Disaster or Emergency Area Representation (Nov 2007) Additionally, offerors must provide the following information: (a) Set-aside area. The areas covered in this contract are : Los Angeles, Orange, Riverside, San Bernardino, San Diego, Santa Barbara, and Ventura Counties (b) Representations. The offeror represents that it [ ] does [ ] does not reside or primarily do business in the set-aside area. (c) An offeror is considered to be residing or primarily doing business in the set-aside area if, during the last twelve months— (1) The offeror had its main operating office in the area; and (2) That office generated at least half of the offeror's gross revenues and employed at least half of the offeror's permanent employees. (d) If the offeror does not meet the criteria in paragraph (c) of this provision, factors to be considered in determining whether an offeror resides or primarily does business in the set-aside area include— (1) Physical location(s) of the offeror's permanent office(s) and date any office in the set-aside area(s) was established; (2) Current state licenses; (3) Record of past work in the set-aside area(s) (e.g., how much and for how long); (4) Contractual history the offeror has had with subcontractors and/or suppliers in the set-aside area; (5) Percentage of the offeror's gross revenues attributable to work performed in the set-aside area; (6) Number of permanent employees the offeror employs in the set-aside area; (7) Membership in local and state organizations in the set-aside area; and (8) Other evidence that establishes the offeror resides or primarily does business in the set-aside area. For example, sole proprietorships may submit utility bills and bank statements. (e) If the offeror represents it resides or primarily does business in the set-aside area, the offeror shall furnish documentation to support its representation if requested by the Contracting Officer. The solicitation may require the offeror to submit with its offer documentation to support the representation. (End of provision) 52.226-4 – Notice of Disaster or Emergency Area Set-Aside. Notice of Disaster or Emergency Area Set-Aside (Nov 2007) Set-aside area. Offers are solicited only from businesses residing or primarily doing business in Los Angeles, Orange, Riverside, San Bernardino, San Diego, Santa Barbara, and Ventura Counties. Offers received from other businesses shall not be considered. (End of provision) 52.226-5 – Restrictions on Subcontracting Outside Disaster or Emergency Area. Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (a) Definitions. The definitions of the following terms used in this clause are found in the Small Business Administration regulations at 13 CFR 125.6(e): cost of the contract, cost of contract performance incurred for personnel, cost of manufacturing, cost of materials, personnel, and subcontracting. (b) The Contractor agrees that in performance of the contract in the case of a contract for— (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the Contractor or employees of other businesses residing or primarily doing business in the clause at FAR 52.226-4, Notice of Disaster or Emergency Area Set-Aside; (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The Contractor or employees of other businesses residing or primarily doing business in the set-aside area shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials; (3) General construction. The Contractor will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees or employees of other businesses residing or primarily doing business in the set-aside area; or (4) Construction by special trade Contractors. The Contractor will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees or employees of other businesses residing or primarily doing business in the set-aside area. (End of clause)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=786c52df7525e3f9aa03bcd542b3d5d1&tab=core&_cview=1)
 
Document(s)
Solicitation 1
 
File Name: Solicitation (Combined Synopsis and Solicitation PRW454752Y.doc)
Link: https://www.fbo.gov//utils/view?id=a59362a5edfd9ab2187d656c6439a00a
Bytes: 47.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: DHS/FEMA/OM-RM (Mail-drop: RM 301, 1800 South Bell St.) 500C St. SW, Washington, District of Columbia, 20472, United States
Zip Code: 20472
 
Record
SN01550363-W 20080411/080409215911-786c52df7525e3f9aa03bcd542b3d5d1 (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.