SOLICITATION NOTICE
59 -- System Display Upgrade Equipment
- Notice Date
- 2/3/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Treasury, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
- ZIP Code
- 20223
- Solicitation Number
- USSS030013
- Archive Date
- 2/20/2003
- Point of Contact
- Kelly Curtin, Contract Specialist, Phone 202/406-6940, Fax 202/406-6801,
- E-Mail Address
-
kcurtin@usss.treas.gov
- 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. Solicitation number USSS030013 is issued as a Request for Proposals (RFP) through Federal Acquisition Circular 2001-12. This action is unrestricted. The NAICS code is 335999. The contract period of performance will be six months from date of award. The Government intends to award a firm, fixed price type contract. The U.S. Secret Service has a requirement for: Line Item 0001: Three (3) flat square 28-inch diagonal LCD monitors with a resolution of 2048 x 2048 with 0.246mm pixel. The monitors shall have the following capabilities: high brightness/high contrast; analog input allowing direct connection to existing systems, automatic phase adjustment for sharp images and reduced maintenance; digital input for direct connection to digital output graphics adapter; automatic set-up adjustment to variations on incoming signals; automatic set-up adjustment to variations on signal timings; ensures artifact-free images; backlight stabilization (automatic light output stabilization for consistency over time and across displays); ambient light correction (adjusts brightness automatically to variations on ambient light conditions); software controllable. Line Item 0002: Three (3) PCI Video Cards. The contractor shall deliver three (3) PCI video cards that are compatible with the monitors mentioned in Line Item 0001. Line Item 0003: Three (3) Digital Video Interface (DVI) video cables: The contractor shall deliver three (3) six feet (6?) DVI video cables that provide connectivity from the LCD Monitor to the PCI board. Line Item 0004: Device Driver Software for LCD monitors and three (3) licenses. The contractor shall provide appropriate device driver software for the LCD monitors. This device driver software shall be fully compatible and interoperable with the Windows NT/2000 operating system. The software medium shall be in compact disk (CD) format. The contractor shall provide three (3) licenses for the right to use the device driver software. Line Item 0005: One (1) CD-ROM Windows NT/2000 media: The contractor shall provide one (1) CD-ROM Windows NT/2000 media. Each item shall include a standard, commercial warranty and all relevant operator's manuals. The Contractor shall deliver the complete quantity, FOB Destination, with all freight included in the delivered price, within six (6) months of contract award. Delivery to U. S. Secret Service - Technical Security Division, 843 Brightseat Road (Rear), Landover, MD 20785. All proposals must include a unit cost for each item as well as the total price. Detailed technical descriptions and/or brochures on each offered item must be included with the offeror's proposal to allow the USSS to determine that it is technically acceptable per the specification. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation - Commercial Items; 52.212-2 Paragraph (a) insert: "The Government intends to award firm, fixed price type contract, to the responsible offeror with acceptable past performance, whose proposal, conforming to the Solicitation as provided herein, is lowest in price. Each item will be evaluated as acceptable or unacceptable, determined on technical sufficiency as per the specification and quality of workmanship. Technical descriptions and/or brochures (NTE 10 pages) detailing conformity with the requirements listed in this combined synopsis/solicitation must be submitted with the offer. Failure to submit these required technical descriptions and/or brochures will result in rejection of the accompanying offer. For evaluation of past performance, the offeror must provide at least three (3) references for contracts/purchase orders of similar products/services within the last three (3) years. Each reference must include customer?s name and address, contact person, date of performance, telephone number and contract value for each reference. If business entity establishment is less than two (2) years, provide related experience of key personnel. Past Performance shall be valued as acceptable, unacceptable, or neutral. Technical and past performance, when combined, are less important than 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. The following clauses cited in 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-23, Notice of Price Evaluation, with Alternate I; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222.19, Child Labor -Cooperation with Authorities and Remedies; 52.225-1, Buy American Act?Balance of Payments Program--Supplies; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. These FAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. Proposals must contain the following: 1) Pricing information; 2) Detailed technical descriptions and/or brochures on each offered item; 3) Past Performance Information; and 4) Completed and signed copy of the FAR 52.212-3, Representations and Certifications. Please note: All responsible offerors shall forward proposal package via facsimile to U.S. Secret Service, Procurement Division, Attn: Kelly Curtin, at 202.406.6801. All inquiries regarding this combined synopsis/solicitation shall be sent in writing via electronic mail to kcurtin@usss.treas.gov. Offers are to be received no later than 4:00 P.M.(EST), Wednesday, February 5, 2003. Please note: Award is anticipated within ten (10) days of receipt of proposals.
- Record
- SN00252342-W 20030205/030203213849 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |