SOLICITATION NOTICE
70 -- EXTERNAL DVD/CD READ WRITERS
- Notice Date
- 4/16/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
- ZIP Code
- 28310
- Solicitation Number
- H92239-08-T-0020
- Response Due
- 4/23/2008 2:00:00 PM
- Point of Contact
- Valaida J Bradford, Phone: 910 3960560
- E-Mail Address
-
bradforv@soc.mil
- Small Business Set-Aside
- Total HUB-Zone
- Description
- The US Army Special Operations Command (USASOC), Fort Bragg, North Carolina has a requirement for the Purchase and Delivery of 400 each External CD/DVD read writers. 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 H92239-08-T-0020. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-24 effective 31 March 2008. 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 HUB zone. 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: Dimensions: Not more than 5.70 x 5.35 x 0.87 inches Weight: 14 oz or less Storage Temperature: -20 to +60C Power source: AC/DC Power Consumption: less than 7.6 Watts Buffer size2MB USB 2.0 interface Read minimum: 24X CD-ROM 8X DVD-single layer 6X DVD-dual layer Write minimum: 2.4X DVD + R DL 8X DVD-R 4X DVD-RW 8X DVD+R 4X DVD+RW 24X CD-R 10X CD-RW SCHEDULE ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001EXTERNAL CD/DVD READ WRITER 400each 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 lowest price technically acceptable 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 acceptability 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 Disabled 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 HUB Zone 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. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Ms. Valaida J. Bradford), Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. EST, 23 April 2008. 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 18 April 2008. 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.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b27c058b2264f18f737e8e7c46f26962&tab=core&_cview=1)
- Place of Performance
- Address: HQ USASOC, BLDG E-2929, ONE DESERT STORM DRIVE, FORT BRAGG, North Carolina, 28307, United States
- Zip Code: 28307
- Zip Code: 28307
- Record
- SN01555132-W 20080418/080416215900-b27c058b2264f18f737e8e7c46f26962 (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 |