Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2006 FBO #1565
SOLICITATION NOTICE

70 -- DualCor cPCs Ruggedized Pocket Computers

Notice Date
3/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-06-T-0022
 
Response Due
3/22/2006
 
Archive Date
4/6/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with FAR Subpart 12.6 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. Solicitation H92239-06-T-0022 is issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect under Federal Acquisition Circular 2001-26. Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses may be downloaded at http://www.farsite.hill.af.mil and http://www.acq.osd.mil/dp/dars/dfars.html, respectively. It is the responsibility of the offeror to be familiar with all applicable clauses and provisions. The requirement is a 100% Set-Aside for Small Business Concerns (SBC). The NAICS Code is 443120 and the size standard is 500 employees. This acquisition is to be a Firm Fixed Price type contract. The right to make multiple awards is reserved in the event it is advantageous to the Government to do so. The contractor shall provide the following Contract Line Item Number (CLIN): CLIN 0001 - DualCor cPCs Ruggedized Pocket Computers with GPS and Laser package/kit that will facilitate a seamless integration through software. The GPS and Laser must be USB connectable and function within a Windows XP operating system and be able to interact with ESRI GIS software.: Minimum specifications: PDA operating system (Windows Mobile 5.0) running on a PDA CPU (Intel's X scale), 163 x 83 x 30 mm, 550 grams, 1.5GHz Via C7-M CPU (for Windows XP Tablet PC Edition 2005), 400MHz Intel XScale PXA263 CPU (for Windows Mobile 5.0),1GB of DDR2 RAM,40GB hard drive (accessible by both OS. Seen as C: by XP, seen as a network drive by the OS), Windows Mobile 5.0 1GB of NAND flash memory, Memory XP - 1GB DDR2 RAM/2GB NAND, 800x480 262k colors 5" touch-sensitive display, data input via a stylus and mouse buttons, stereo headset connector, Compact Flash type II slot, mini VGA port (up to 1600x1200 external resolution), 3xUSB 2.0 ports, speaker and microphone ports, full-size (350x130x10 mm (max)) flexible stowaway rugged keyboard (no built-in keyboard) with: USB compatibility, 85 keys, and weatherproof, adjustable display-angle docking system, OS share and Microsoft Outlook repository (no sync needed), WiFi 54g, 7" display, 1.5GHz Via C7-M, display brightness 175 nits, wireless broadband Bluetooth, 80211 3G Mobility Applications Windows XP Tablet, minimum standby battery life is 300 hours, standard battery life is 8-10 hours, Instant on, upgradeable, ruggedized case with external ports access and accessories applications and kit contents, GEO Spatial System hardware integration suite which includes: GPS chipset: SiRF Star II, frequency: L1, 1575.42 MHz, C/A Code: 1.023 MHz Chip rate, 12 channels, sensitivity: 170dBW, accuracy: position horizontal: 15m 2D RMS (SA off), velocity: 0.1m/ sec 95% (SA off), time: 1 micro-second synchronized to GPS time, WAAS enabled 5m 2D RMS, datum: WGS-84, hot start: 8 sec. average (with ephemeris and almanac valid), warm start: 38 sec. average (with almanac but not ephemeris), cold start: 45 sec. average (neither Almanac nor ephemeris), reacquisition: 0.1 sec. (interruption recovery time), protocol: NMEA 0183 (Secondary: SiRF binary), output data: SiRF binary, position, velocity, altitude, status and control, NMEA0183 V2.2, supports command: GGS, GSA, GSV, RMC, transfer rate: software command setting (Default: 4800, n,8,1 for NMEA), dynamic condition: acceleration limit: less than 4g, altitude limit: 18,000 meters (60,000 feet) max, velocity limit: 515 meters/sec. (1000 knots) max, jerk limit: 20m/sec, operating temperature: -22 degrees F - 176 degrees F, storage: -40 degrees F - 185 degrees F), humidity: up to 95% non-condensing, power: 5V plus or minus 5%, current: 90mA typical, max. size: 2.32? x 1.85? x 0.82?, USB cable (65 feet), low noise amp: amplifier gain w/out cable: 27dB typical, filtering: -25dB (+100 MHz), output VSWR: 2.0 max., voltage: DC 3- 5.0V, current: 15mA @5VDC, Mini Handheld laser rangefinder (requires RS232 to USB connector), measurement range: 0 to 3280 ft typical, 6560 ft max. to reflective target, inclination: +/- 90 degrees, accuracy: distance: +/- 1 ft, inclination: +/- 0.25 degrees, operating modes: horizontal and vertical distance, flexible height routine, target acquisition: closest, farthest, continuous and filter, dimensions: 5" x 2" x 3.5", weight: 8 ounces, data communication: serial, via wired RS232 or wireless Bluetooth (with wired RS232), power: 3.0 volts DC nominal; (2) AA or (1) CRV3, eye safety: FDA Class 1 (CFR 21), water and dust resistant, NEMA 3, IP 64, temperature: -4 degrees F to +140 degrees F, optics: 7X magnification, field-of-view: 330 ft @ 1000yds, display: In-scope LCD, units: Feet, Yards, Meters, and Degrees, mount: monopod/tripod (1⁄4 inch - 20)., 3-Year extended limited warranty/maintenance services. DOD wireless policy: Directive 8100.2 compliant, Quantity: 74 EACH. Offers of substitute (i.e., OR EQUAL) items to that of the manufacture and model shown in the CLIN description (above) are acceptable, HOWEVER, non-conforming supplies will be returned to the contractor at the expense of the contractor. Offerors proposing OR EQUAL items are encouraged to refer to the Evaluation Factors iterated in FAR 52.212-2 and FAR 52.211-6 for additional instruction. Point of delivery and acceptance is USAJFKSWCS, C CO SPT BN Warehouse Receiving, Bldg D-3915 Room C134, Bastone Street, Fort Bragg, NC 28310. The Required Delivery Date (RDD) is not later than 4:00 p.m.(EST), 31 March 2006. Refer to the Evaluation Factors iterated in FAR 52.212-2 for additional instruction regarding delivery. Offer shall be FOB Destination, CLIN pricing shall be inclusive of ground transportation charges. The following FAR and DFARS provisions and clauses are hereby incorporated by reference to this procurement action (exception(s) are provided, where applicable): FAR 52.201-1, Definitions. FAR 52.204-6, Data Universal Numbering System (DUNS) Number. FAR 52.204-7, Central Contractor Registration. FAR 52.211-6, Brand Name or Equal. FAR 52.211-8 Alt II, Inspection of Supplies-Fixed Price, is applicable to this requirement with the following clause addenda to paragraphs (a), the Government requires delivery to be made according to the following schedule: CLIN 0001, all quantities, 31 Mar 06; and (b), based on the assumption that the successful offeror(s) receive notice of award by 24 Mar 06. FAR 52.212-1, Instructions to Offerors-Commercial Items, applies, except that alternate means for submission of offers (i.e., quotes) are not acceptable. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this requirement with the following clause addenda to paragraph (a), The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) whose offer(s) (e.g., quote) 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) Technical Acceptability, (2) Delivery, and (3) Price. Offers will be evaluated for technical acceptability. Technical acceptability is defined as an offer of supplies that completely satisfy the minimum salient characteristics of the CLIN. It is incumbent on offerors to provide complete specifications for OR EQUAL items offered which demonstrates the substitute items categorically satisfy the minimum requirements of required items and are Commercial-Of-The Shelf (COTS) products. Technical Acceptability will be evaluated on a Pass or No-Pass basis. Only those offers evaluated as Pass will be further evaluated and considered for award. Offers will be evaluated for Delivery. Delivery is defined as the capacity and affirmation to conform with, or better, the RDD of this solicitation. Alternate delivery schedules that improve on the RDD will be considered. Offerors shall present a detailed delivery schedule for any proposed alternate schedule. Offerors shall provide not less than two past performance references (with contact information) demonstrating success in providing in a timely manner the quantities and types of supplies required in this solicitation. Offers will be evaluated for price. Prices shall be quoted in accordance with the CLIN to be incorporated in the Schedule of Supplies and Services in the event an award is made. The factor of technical acceptability is significantly more important than delivery. The factors of technical acceptability and delivery combined are significantly more important than price. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses in paragraph (b) applicable: 52.203-6, 52.219-8, 52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. FAR 52.219-1, Small Business Program Representations. FAR 52.219-6, Notice of Total Small Business Set-Aside. FAR 52.222-3, Convict Labor. FAR 52.225-1 Alt 1, Buy American Act-Supplies. FAR 52.246-2 Alt I, Inspection of Supplies-Fixed Price. FAR 52.247-34, F.o.b. Destination. FAR 52.252-1, Solicitation Provisions Incorporated By Reference. FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration Alt A. DFAR 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country. DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses in paragraphs (a) and (b) applicable: 52.203-3, 252.205-7000, 252.225-7001, 252.243-7002, 252.247-7023, and 252.247-7024. DFARS 252.225-7036, Buy American Act-Free Trade Agreement-Balance of Payments Program. DFARS 252.232-7003, Electronic Submission of Payment Requests. Offers referencing RFQ number H92239-06-T-0022 may be submitted: in hard copy via mail or hand-delivered to HQ USASOC, Attn: DCSAC AOCO, Desert Storm Drive, Fort Bragg, NC 28310; electronically via fax to (910) 432-9345; or email (preferred) to the Government point-of-contact noted below. It is the responsibility of the offeror to confirm receipt. OFFERS SHALL INCLUDE: (1) original letter signed by an individual authorized to bind the offeror; (2) Representations and Certifications compliant with FAR Clause 52.212-3; (3) acknowledgement and agreement with amendments, if issued; (4) evidence of technical acceptability, delivery schedule and reference; and (5) a priced schedule of supplies. Amendments, if any, will be published on FedBizOpps at http://www.fedbizopps.gov/. It is the responsibility of offerors to review the website for any changes or amendments to this RFQ. Offerors must be registered in Central Contractor Registration (CCR) prior to award. DUNS/CCR website is: http://www.ccr.gov. Offers must be received by 11:00 a.m.(EST), 22 Mar 2006. Questions with regard to this RFQ will be accepted from interested offerors up to 10:00 a.m.(EST) 20 Mar 06. Any questions submitted thereafter will be entertained, however, the due date for offers will not change. Questions should be directed to John E. Flanders at (910)432-8313, or emailed (preferred) to flanderj@soc.mil. Numbered Note 1 applies to this solicitation.
 
Place of Performance
Address: USAJFKSWCS, C CO, Receiving, Bastone St., Fort Bragg, NC
Zip Code: 28310
Country: USA
 
Record
SN01002664-W 20060310/060308213115 (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.