Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2009 FBO #2670
SOLICITATION NOTICE

70 -- Region IX-DAD/DOD Laptop Replacements

Notice Date
3/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Region IX, 1111 Broadway, Suite 1200, Oakland, California, 94607-4052
 
ZIP Code
94607-4052
 
Solicitation Number
HSFE09-09-R-0002
 
Archive Date
4/15/2009
 
Point of Contact
Ameka Ali, Phone: 510.627.7128
 
E-Mail Address
Ameka.Ali@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Contracting Office Address Department of Homeland Security, Federal Emergency Management Agency, Acquisition Management Division, 1111 Broadway, Suite 1200, Oakland, CA, 94607-4052, UNITED STATES Description THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. ***This solicitation is being issued using Simplified Acquisition Procedures under the authority of 13.5 Test Program for Certain Commercial Items.*** ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 with a small business size standard of $25M.*** *** FEMA Region IX is seeking to purchase Fifteeen (15) Laptop Computers.*** ***All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity Fifteen (15) Laptop Computers, which shall meet or exceed the following salient characteristics: System Options: Laptop with Intel Core 2 Duo SP9400 (2.4GHz) TAA Operating System Genuine Windows Vista Business Downgrade, XP Professional SP3, LCDs13.3" Wide Screen WXGA WLED Panel Enhanced Communications Module Graphics Mobile Intel Graphics Media Accelerator, 4500MHD Memory4.0GB, DDR3-1066 SDRAM, 2 DIMMS Internal Keyboard, English, Backlit AT&T Built-in mobile broadband (HSDPA) with GPS Systems Management Intel vPro Secure Advanced Hardware Storage and Media Options: Primary Storage 250GB Hard Drive, 7200RPM with Free Fall Sensor Optical Device 8x DVD+/-RW w/Roxio and Cyberlink Power Options: Primary Battery-6 Cell Battery (56WHr) Extended Battery Service 1 Year Extended Battery AC Adapter Slim 65W Auto/Air/AC Additional 90 watt AC Adapter, 3-Pin Additional 6 Cell Primary Battery Networking Options: Wireless LAN (802.11) Intel WiFi Link 5100 802.11a/g/n Draft Mini Carde Docking Solutions: External Docking Station with dual digital display and legacy port support Laser Mouse Complete Care 3 Year Complete Care Accidental Damage Protection Federal Keep Your Hard Drive Service, 3 Year edit Small Concealed Surge Protector (7-Outlet) Delivery shall be provided no later than 90 days after receipt of an order. Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver line item 0001 to FEMA Region IX, Attn: Teri Mayor, 1111 Broadway, Suite 1200, Oakland, CA 94607-4052. Award shall be made to the quoter whose quote offers the best value to the Government, technical capability & price shall be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Price. Technical capability shall be of equal importance to price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, and clearly documents that the offered product meets salient characteristics stated above and meets the needs of the Government in essentially the same manner as the brand name. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ******The following clauses apply to this acquisition: 1. 52.204-7 Central Contractor Registration; 2. 52.212-4 Contract Terms and Conditions?Commercial Items; 3. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: a.(5) 52.219-6 Notice of Small Business Set-Aside; b.(14) 52.222-3, Convict Labor; c.(15) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; d.(16) 52.222-21, Prohibition of Segregated Facilities; e.(17) 52.222-26, Equal Opportunity; f.(19) 52.222-36, Affirmative Action for Workers with Disabilities; g.(24) 52.225-1, Buy American Act- Supplies; h.(26) 52.225-13 Restriction on Certain Foreign Purchases, and i.(31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. ***All quoters shall submit the following: 1) one (1) copy of a quotation which addresses Line Items 0001 ***All quotes shall be sent to Ameka.Ali@dhs.gov *** *** This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state the terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition. OR The offeror shall state the terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) *** ***Submission shall be received not later than 4:00 p.m. PST on March 31, 2009 at Ameka.Ali@dhs.gov. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Ameka Ali) @ Ameka.Ali@dhs.gov. FAXED QUOTES WILL NOT BE ACCEPTED. HOWEVER, EMAILED QUOTES WILL BE ACCEPTED. *** Point of Contact Ameka Ali, Contract Specialist, Phone 510-627-7128, Fax 510-627-7126, Email Ameka.Ali@dhs.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ff3301068c3a12362a51b8e0596785c9&tab=core&_cview=1)
 
Place of Performance
Address: REMA Region IX, 1111 Broadway, Suite 1200, Oakland, California, 94607, United States
Zip Code: 94607
 
Record
SN01771134-W 20090319/090317220451-ff3301068c3a12362a51b8e0596785c9 (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.