DOCUMENT
70 -- Ruggedized wireless laptops and associated equipment. - Ruggedized Laptops Combined Synopsis/Solicitation Attachments
- Notice Date
- 7/7/2008
- Notice Type
- Ruggedized Laptops Combined Synopsis/Solicitation Attachments
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Jacksonville, 6206 Avaiation Avenue, Jacksonville, Florida, 32212
- ZIP Code
- 32212
- Solicitation Number
- N65886-08-P5-AC085
- Response Due
- 7/30/2008
- Archive Date
- 8/14/2008
- Point of Contact
- Jennifer W Otero,, Phone: (904) 317-1985
- E-Mail Address
-
jennifer.otero@navy.mil
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- 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. This solicitation N65886-08-P5-AC085 is issued as a combined synopsis/solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-05. The acquisition will be processed as a Service Disabled Veteran Owned Small Business Set-aside competition. The associated NAICS code is 334111. The Government intends to award a Firm-Fixed Price contract for the required product with an expected delivery schedule beginning 30 days after contract award with completion of deliveries within 60 days of contract award. The E-6BB TACAMO has a requirement for ruggedized wireless laptops and associated system specifications, manuals, licenses, specialty cases, peripheral devices and warranties as specified in the Statement of Work. The complete Statement of Work, Attachments and Contract Line Items are available via the Internet at http://www.navair.navy.mil/doing_business/open_solicitations/. Each CLIN must be proposed separately at the unit level. The Government reserves the right to award all, some or none of the CLINs. The following provisions/clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors – Commercial Items (Jan 2005) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2003) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (July 2005) FAR 52.222-26, Equal Opportunity (Apr 2002) FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) FAR 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2005) FAR 52.212-2, Evaluation-Commercial Items (Jan 1999) is incorporated and the Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation meets the technical specifications stated in the Statement of Work and Attachments, meets the required delivery schedule and has the lowest price. The following factors shall be used to evaluate the offers: 1) Technical compliance; 2) Past Performance; 3) Ability to meet the required delivery schedule for all items; and 4) Price. The proposal must meet the specifications stated in the Statement of Work and its attachments and be able to meet the required delivery schedule. General statements that the offeror can or will comply with the requirements, that standard procedures will be used, that well-known techniques will be used, or paraphrases the combined synopsis/solicitation specifications in whole or in part will not constitute compliance with this requirement concerning the content of the technical proposal. Award will be made to the offeror whose proposal meets the technical requirements and delivery schedule, has satisfactory past performance and offers the lowest price (low cost, technically acceptable basis). OFFEROR MUST COMPLETE AND SUBMIT WITH ITS PROPOSAL, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS, FAR 52.212-3, Offeror Representatives and Certifications—Commercial Items Alternate I (Apr 2002) AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS., WHICH ARE AVAILABLE ELECTRONICALLY AT : http://www.navair.navy.mil/doing_business/open_solicitations/ and search for solicitation number N65886-08-P5-AC085. The Contracting Officer must receive any questions no later than 5 calendar days before the closing date of this solicitation. An original and 2 copies of the offerors proposal shall be received on or before 9:00AM EST, 30 July 2008 at the the following address: In-Service Support Center (ISSC) - Jacksonville Cecil Field Commerce Center Attn: Jennifer Otero 6206 Aviation Avenue Ste 118 Jacksonville, FL 32221-1812 Proposals shall be submitted on 8 ½ x 11-inch paper with printing on one side only. The proposal should be printed in type size no smaller than 12 point, no reduction permitted. Text should be single-spaced with margins at one inch (right, left, top, and bottom). The package should be marked with the solicitation number, due date and time.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9e9404aeee60d1fc6aea18259107e276&tab=core&_cview=1)
- Document(s)
- Ruggedized Laptops Combined Synopsis/Solicitation Attachments
- File Name: Ruggedized Laptops Attachment 1 - General Specifications (ruggedized laptops attachment 1 062508.doc)
- Link: https://www.fbo.gov//utils/view?id=b4ce63e02789223cd0b97a6bf674688f
- Bytes: 29.00 Kb
- File Name: Ruggedized Laptops Attachment 2 - Specifications/Requirements (ruggedized laptops attachment 2 062508.doc)
- Link: https://www.fbo.gov//utils/view?id=6b950d9912fb44c1d1899084869c22bd
- Bytes: 28.50 Kb
- File Name: Ruggedized Laptops - Statement of Work (ruggedized laptops SOW_final 052208.doc)
- Link: https://www.fbo.gov//utils/view?id=26da6f6c34aaf4ed192e3b9744cdd574
- Bytes: 44.50 Kb
- File Name: CDRL A001 (CDRL 0001_Laptops74 051308_km.doc)
- Link: https://www.fbo.gov//utils/view?id=bf27b9a00ef8cc44daec3f4d884c7645
- Bytes: 60.50 Kb
- File Name: CDRL A002 (CDRL 0002_Laptops100 070208_km.doc)
- Link: https://www.fbo.gov//utils/view?id=1b07e6a8028043e1979e785763f1f5dc
- Bytes: 61.00 Kb
- File Name: CDRL A003 (CDRL 0003_Cases 070208_km.doc)
- Link: https://www.fbo.gov//utils/view?id=a5d168d1a69e1bc1ad35bedfb0203000
- Bytes: 60.50 Kb
- File Name: CDRL A004 (CDRL 0004_80G_HDD 051308_km.doc)
- Link: https://www.fbo.gov//utils/view?id=0f14f07be5c3ce7e94d5feb340a23182
- Bytes: 59.50 Kb
- File Name: CDRL A005 (CDRL 0005_Batt_Ext 070208_km.doc)
- Link: https://www.fbo.gov//utils/view?id=1337d09e1cc2df570eee797da9b21441
- Bytes: 59.50 Kb
- File Name: CDRL A006 (CDRL 0006_ProtectionWarranty 070208_km.doc)
- Link: https://www.fbo.gov//utils/view?id=5d36283f5919ac706c6c74bcf6b2277a
- Bytes: 60.00 Kb
- File Name: CDRL A007 (CDRL 0007_ComboDrives 070208_km.doc)
- Link: https://www.fbo.gov//utils/view?id=ecb7b89c1f55055f1abf59fe4a48ca42
- Bytes: 59.50 Kb
- File Name: CDRL A008 (CDRL 0008_Integ_Config 070208_km.doc)
- Link: https://www.fbo.gov//utils/view?id=b15cd1ecdbf1971c234e42e5e3d520de
- Bytes: 59.50 Kb
- File Name: CDRL A009 (CDRL 0009_Licenses 070208_km.doc)
- Link: https://www.fbo.gov//utils/view?id=92e33036abf7b6bb327e94d9c5b003fd
- Bytes: 59.50 Kb
- File Name: CDRL A010 (CDRL 0010_MS_CD_Kit 051308_km.doc)
- Link: https://www.fbo.gov//utils/view?id=d97bc1fb66aaa90ef6b346482871af15
- Bytes: 59.50 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Ruggedized Laptops Attachment 1 - General Specifications (ruggedized laptops attachment 1 062508.doc)
- Place of Performance
- Address: In-Service Support Center (ISSC) – Jacksonville, Florida, Jacksonville, Florida, 32212, United States
- Zip Code: 32212
- Zip Code: 32212
- Record
- SN01608277-W 20080709/080707215825-9e9404aeee60d1fc6aea18259107e276 (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 |