Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 25,2000 PSA#2608

Federal Emergency Management Agency, Mt. Weather Emergency Assistance Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135

70 -- HAND HELD COMPUTERS SOL EMV-2000-RP-0036 DUE 060600 POC Lori L. Smith, Contract Specialist, (540) 542-2307 E-MAIL: EMV-2000-RP-0036, lori.smith@fema.gov. This is a combined synopsis/solicitation for the purchase of 40 Fujitsu Stylistic 2300 Hand-Held Computer or equal in accordance with the format in FAR Subpart 12.6. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number is EMV-2000-RP-0036. The solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14. This procurement is a small business set-aside. The SIC Code applicable to this RFQ is 5045. The small business size standard is 100 employees. The Federal Emergency Management Agency proposes to purchase 60 Fujitsu Stylistic 2300 Hand-Held Computers or equal. Units will be used by housing field inspectors during Presidential declared disasters. The technical specifications for the Fujitsu Stylistic 2300 Hand-Held Computers are as follows: MANDATORY ITEMS: FORM FACTOR: Full-screen, tablet-size, pen computer. MICROPROCESSOR: 233MHz Pentium MMX, 32KB on-chip (L, I) cache, 512KB L2 cache. SYSTEM MEMORY: 32MB SDRAM (Standard) Expandable by 32MB or 64MB increments to 96MB (Max). BIOS: KB flash ROM. Architecture: PCI, CardBus. OPERATING SYSTEMS: Windows 95 with PEN services 2.0 and Pen X.51. All 60 systems must be loaded with Windows 95. HARD DISK DRIVE: 4.1GB, Ultra ATA, shock-mounted. EXPANSION: Two Type II or one Type III PC Card Slots, Ver.3.0 CardBus, Zoomed Video. DISPLAYS: Color Transflective (CTF) SVGA LCD, outdoor and indoor use; Backlit, 8.4" (213mm) diagonal, 0.21mm dot pitch, 800x600 SVGA resolution, up to 4,096 colors; Active Matrix (TFT) SVGA Color LCD, Backlit, 8.4"(213mm) diagonal, 0.21mm dotpitch, 800x600 SVGA resolution, up to 262, 144 colors. DIGITIZER: Electromagnetic tablet, 1016 points/inch resolution, 133 points/second sampling rate. AUDIO: Sound Blaster, Pro compatible, full duplex, Built-in microphone and speaker, stereo microphone jack, stereo headphone jack, Line-in and line-out jacks on port replicators. INTERFACES: Built-in connectors -- Keyboard/mouse (PS/2 connector) Serial A (RS-232C), parallel, monitor (DDC), Universal Serial Bus (USB), Floppy disk drive, DC-in, Microphone, Headphones (stereo), RJ-ll. jack (U.S. and Canada only); infrared port -- IrDA 1.1 (FIR 4 Mbps); high-usage docking contacts -- keyboard, mouse, DC-in; System interface connector (port replicator) PS/2 mouse, Serial B (RS-232C), replaces IrDA, USB, 2 ports; acts as self-powered hub, audio line-in, audio line-out (all built-in connectors are also replicated). POWER: 4500mAh lithium ion battery pack, autosensing 100-240V, 50/60Hz AC adapter. Batteries are part of the hardware specifications. BATTERY LIFE: Up to 5 hours (application and display dependent). POWER MANAGEMENT: Save-To-Disk, Suspend and Standby Modes; Intel/Microsoft APM 1.2, ACPI 1.0 (requires Windows 98). OVERALL DIMENSIONS: 11.1" x7.4"x1.6" (283mm x 188mm x 41mm). WEIGHT: 3.9lbs. (1.8KG) with battery pack. INTERNAL MODEM: (available in U.S. and Canada only) 56K V.90 modem, 14.4 KBps Fax, integrated RJ-11 phone jack. ENVIRONMENTAL: Operating, temperature: 0 degree to 40C (32 to 104F), with power management; Humidity 20% to 85% RH (non-condensing), Altitude: -200ft to 10,000ft (-61m to 3,047 m); non-operating, temperature -20 degree to 60C (-4 to 140F); humidity 8% to 95% RH (non-condensing), altitude, 40,000ft (12,189 m) maximum. APPROVALS: Emissions FCC Part 15 Subpart J Class B, CISPR22 Class B (EN55022 Class B) DOC Class B, when equipped with modem option; FCC Part 68, CS 03; Immunity, EN61000-4-2 (ESD, Level A), ENV50140 (Radiated RF Field, Level A), EN61000-4-4 (EFT, Level A); Safety UL 1950, CSA 950, EN60950. OPTIONS: Port replicator, external 3.5" floppy disk drive, Low-power keyboards, auto adapter (12-24 VDC input), external battery charger, bar code wand with stylus holder, folding desk stand, hand strap, pen tether, screen protector (12-pack), slip case, harsh environment case, keyboard combo case, AC adapter (spare),lithium ion battery pack (spare), pen kit (spare) pen tips. Must be Year 2000 compliant equipment. NON-MANDATORY ITEMS: The contractor must provide telephone or on-site technical support for a time period of 24 months after purchase. This service must also be able to support all user or hardware problems that occur during this period. Contractor or manufacturer must provide a 1-year warranty from the time of purchase with repair being performed either on site or shipped to the repair facility at the cost of the provider. The turnaround time for repairs must not be more than 10 working days during times of active Presidential declared disasters. Contractor must have at least 5-years experience in providing technical support and repair services for portable computer processing units used by customers who require remote access to central network. Contractor will be required to load FEMA provided software before shipping. The software will be provided to the Contractor after award. Delivery of units will not be accepted without satisfying this requirement. DESCRIPTIVE LITERATURE: Contractor to provide descriptive literature of proposed make and model to be furnished in accordance with FAR Clause 52.212-1 "Instructions to Offerors -- Commercial Items" section b(f). Failure of an offeror to submit descriptive literature for a proposed "or equal" product will result in that product being rejected from further consideration. Further, descriptive literature which fails to show that the proposed product(s) complies with the mandatory requirements stated above will result in the rejection of that product(s). If contractor is quoting on the Fujitsu Stylistic 2300 descriptive literature will be optional. Contractor must address the mandatory and non-mandatory items in his offer. PRODUCT TESTING: On units other than the Fujitsu Stylistic 2300 that meet and offer the best value, the Contractor must provide a product sample for evaluation by FEMA ITS Directorate to ensure compatibility with the ACE II software and FEMA's network systems before award. This software is a File Transfer Protocol Site (FTP). On model Fujitsu Stylistic 2300, the Government reserves the right to perform a test for compatibility before award. The evaluation process will include the loading and execution of the ACE II software (provided by FEMA), and a remote connection test to ensure connectivity. The connectivity will be telephone line. FEMA will provide configuration instructions during the testing period. The sample will be returned to the contractor at the end of the evaluation. EVALUATION INFORMATION: All the Mandatory specifications must be met by the offeror's product. Failure to meet these specifications will eliminate that particular product from further consideration. Non-mandatory requirements will be evaluated as does not meet, partially meets, meets or exceeds. For firms meeting all mandatory requirements, qualitative determination of non-mandatory requirements will be made. A best value determination will be made based on the following in order of importance (1) Technical Capabilities (2) Past Performance and (3) Price. 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 requirements detailed in this solicitation shall be used as criteria to evaluate offers. Contractor must meet all the requirements detailed within this solicitation. Technical is of greater importance when compared to price. The government will utilize Best Value Procedures IAW FAR Subpart 13.106 for making award. PROPOSAL PREPARATION INSTRUCTIONS: The provision at 52.212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition. Offerors shall provide a firm fixed-price for Item 001: Quantity of 60 Fujitsu Stylistic 2300 Hand-Held Computer. Item 002 -- Technical Support for a 24-month period. Shipping charges, if any, must be added as a separate line item. Successful contractor must meet all the responsibility requirements of Subpart 9.1 of the Federal Acquisition Regulation (FAR). A written notice of award or acceptance of offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their response. The following clauses also apply: 52.212.1 Instructions to Offerors -- Commercial Items, 52.212-2 Evaluation -- Commercial Items (The following factors will be used to evaluate offers: (1)Technical Capabilities (2) Past Performance (3) Price.) 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; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.225-3, 52.222.37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, Buy American Act -- Supplies. The full text of these provisions and clauses may be accessed electronically at http://www.gsa.gov/far/ or http://www.arnet/gov/far. The due date for submission of offers is June 6, 2000 at 4:30 p.m., local time, to FEMA, Mt. Weather Emergency Assistance Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135; Attn: Lori L. Smith -- Bldg. 413. All requests for information are to be addressed to Lori L. Smith, Contract Specialist (540) 542-2307. Technical and/or administrative questions must be received no later than five business days after publication of this notice and may be faxed to (540) 542-2631 or 2632 or sent via electronic mail to lori.smith@fema.gov. Offerors are responsible to comply with this notice and any amendments thereto. Amendments to the RFP will be published in the same manner as the initial synopsis/solicitation. Posted 05/23/00 (W-SN457688). (0144)

Loren Data Corp. http://www.ld.com (SYN# 0109 20000525\70-0002.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page