Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2009 FBO #2842
SOLICITATION NOTICE

70 -- WOUNDED WARRIORS VIRTUAL REALITY - BRAND NAME JUSTIFICATION

Notice Date
9/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334611 — Software Reproducing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z4539189A001VIRTUALREALITY
 
Archive Date
9/26/2009
 
Point of Contact
Victoria M Torres, Phone: 707-424-7742, Brenna K Loseke, Phone: 707-424-7766
 
E-Mail Address
victoria.torres@travis.af.mil, brenna.loseke@travis.af.mil
(victoria.torres@travis.af.mil, brenna.loseke@travis.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
BRAND NAME JUSTIFICATION 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; proposals are being requested and a written solicitation will not be issued. The reference/solicitation number is F3Z4539189A001 ; solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-34, effective date May 14, 2009; Defense DCN 20090115, effective date 15 Jan 2009; and AFAC 2009-0318 effective date 18 Mar 2009. This acquisition will be a 100% Small business set-aside; the North American Industry Classification System (NAICS) code is 334611. The business size standard is 500 Employees. The Federal Supply Class (FSC) is 7030. The Standard Industrial Classification (SIC) is 7372. This request for quotation is for the following brand name item: 0001-R Hardware System: Two (2) Dell XPS M1730 Laptops, Intel Core 2 Duo T9500, 17" screen, 4GB Shared Dual Channel memory, 640GB hard drive, NVIDIA SLI Dual GeForce8700MGT, additional desktop screen, additional 1 year limited hardware warranty, Dell on-site warranty, Logitech rumble pad controller, rubber rifle with USB supported game pad, clinician headset, associated cabling. 0002-Platform, Audio amplifier, and all associated cabling & necessary controller equipment. 0003-eMagin/ z800 Headset, cabling and accessories (HMD), noise reduction headphones 0004-Enviroscent/ VR scents system, with associated power and USB connections. VR Scent cartridges. Additional $250 per set of 8 cartridges 0005-Software license fee: Phobia Suite Package -- Includes (Virtual Audiences, Flying, Heights, and Storms) 0006-Software license fee: Virtual Vietnam (PTSD) 0007-Software license fee: Relaxation Suite (Progressive Muscle Relaxation and Virtual Meditation) 0008-Software license fee - 10% software package discount: Addiction VR Cue Exposure & Treatment Suite (a combination of environments for Alcohol, Nicotine, and Crack-Cocaine Dependence) 0009-Integrated Hardware/Software System Solution for Virtual Iraq/Afghanistan, Copyrighted treatment manual, configuration technical manual, installation system manual, with one (1) year of technical, software, clinical support, and hardware repair and replacement 0010-Day 1: Access to Base, Onsite setup, system integration and testing Day 2: Orientation for VR software/hardware by Virtually Better Staff and initial clinical training by a VBI Psychologist 0011-Estimated Shipping, Handling + Insurance for systems. Via common carrier (e.g., FedEx, UPS) to Continental US. Justification for the request for the brand name item includes the following: Virtual reality treatment consist of custom virtual environments that have been carefully designed to support exposure therapy of anxiety disorders. In order to maintain continuity of care and to use the same equipment as the other sites, Travis would like to utilize the same type of virtual reality equipment with the exact same software installed. Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items (June 2008). FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1: Lowest Price Technically Acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Feb 2009). FAR 52.233-4 Applicable Law for Breach of Contracts (October 2004). FAR 52.212-4 Contract Terms and Conditions (March 2009) - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.219-6 Notice of Total SB Set Aside (June 2003). FAR 52.219-28 Post-Award Small Business Program Representation (April 2009). FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (February 2008). FAR 52.222-50 Combating Trafficking in Persons (February 2009). DFARS 252.225-7001 Buy American Act and Balance of Payments Program (January 2009). DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (April 2003). DFARS 252.204-7003 Control of Government Personnel Work Products. (September 2007) DFARS 252.232-7003 Electronic Submission of Payment Requests. (March 2008) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III (May 2002). FAR 52.222-21 Prohibition of Segregated Facilities (February 1999). FAR 52.222-26 Equal Opportunity (March 2007). FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998). FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation) (April 2009). FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil (February 1998). FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2 (April 1984). DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation (January 2009). AFFARS 5352.201-9101 Ombudsman (August 2005). Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any response to victoria.torres@travis.af.mil or fax to 707-424-0288 NO LATER THAN 11 September 2009, 12:00 PM, PST. If you have any questions, they must be in by 9 September 2009, 5:00 PM, PST. Point of contact is Victoria Torres, SrA, Contract Specialist, telephone 707-424-7742, brenna.loseke@travis.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z4539189A001VIRTUALREALITY/listing.html)
 
Place of Performance
Address: TRAVIS AFB, CA, TRAVIS AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN01938975-W 20090905/090904000158-0794a1e79857df8628c0132d09eed88f (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.