SOLICITATION NOTICE
59 -- Laptops and Accessories
- Notice Date
- 6/9/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
- ZIP Code
- 29404-5021
- Solicitation Number
- F1M3B66157A600
- Response Due
- 6/14/2006
- Archive Date
- 6/29/2006
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) 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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3B66157A600 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 334111 with a 1000 employee size standard. (v) Contractors shall submit a lump sum quote for each CLIN (8 CLINS, Unit of Measure is Each.) for Laptops and accessories). All responsible sources may submit a quotation, which shall be considered. (vi) Description of Requirement: CLIN 0001, L3817HD, Intel 3.8 GHz P4 with Hyperthreading (For Dual processor optimized software), 1MB Cache,800 MHz FSB, 2GB RAM (upgradeable to 4 GB), 17? WUXGA glossy screen, 1920 x 1200 true HD resolution, Latest PCI-Express 16x graphics card: nVidia GeForce Go 7800 GTX with 256MB DDR3 video RAM, OpenGL support, dual-monitor card with DVI out, 2x100 GB 72000RPM SATA hard drives, 8x DVDRW burns +/- and Dual-layer drives, DVDR/CDRW combo drive, High-Def audio card with Surround Sound capability, virtual 8 channel annalog audio output/SRS WOW, S/PDID Digital Output, Headphone-out, Line-in, Microphone-in jack and built-in microphone, 4 built in speakers plus Sub-woofer, Full size keyboard with numeric keypad, touchpad with scroll functionality, USB or PS/2 mouse/hybrid optional,One Type II PCMCIA Socket, Four USB 2.0 ports, Two Mini-IEEE 1394a Ports, One Serial Port, One Parallel Port (LPT1), Infrared, 10/100/1000 BASE-TX Ethernet, V.90/56K modem (V.92 compliant), 802.11 b/g Wireless LAN, Bluetooth Class II V1.2, USB Camera built-in, 7 in 1 Card Reader built in(MS,MS Pro, SD,MMC,CF,MicroDrive, SM), 12 cell Smart Lithium-Ion 6600m AH battery, Kensington Type Secrurity Lock slot, Independent Front panel Audio DJ with Mp3 compatibility, Software included (Windows XP Pro, CD/DVD software, DVD Playback software,Windows Media Player, Quicktime player, and Adobe Reader (or Equal Brand) QUANTITY 2 CLIN 0002, Adobe Production Studio Premium that includes Premiere Pro 2.0, Photoshop CS2, After Effects 7.0 Pro, Encore DVD 2.0, Audition 2.0, and Illustrator CS2 (or Equal Brand) QUANTITY 2 CLIN 0003, 12 CELL BATTERY QUANTITY 2 CLIN 0004, 1 GB memory upgrade, QUANTITY 4 CLIN 0005, Warranty to cover 2nd and 3rd years CLIN 0006, Spare Drive Kit consisting of (2) 100 GB 7200 RPM SATA Drives,(1) Hard Drive Bracket Kit, and (1)Hard Dirve connector Kit QUANTITY 2 CLIN 0007, AC Adaptor, with special high power unit 20V QUANTITY 2 CLIN 0008, Pelian Case 1560 with Foam (or equal brand) QUANTITY 2 (vii) Delivery for this requirement is F.O.B Destination to the following address: 437 CS/SCMV Attn:Dave Williams 103 N. Graves Avenue, Bldg 302 Charleston AFB, SC 29404 (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil) : FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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. Technical capability of the item offered to meet the Government requirement. 2. Price- The Government will evaluate offers for award purposes or the total price for the requirement. The government reserves the right to award to other than the low offeror. (ix) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (x) FAR 52.212-4 Contract Terms and Condition?Commercial Items; (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items(SEP 2005)(DEVIATION) (xii) The following additional clauses are applicable to this procurement. FAR 52.211-17, Delivery of Excess Quantities FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable) FAR 52.222-19, Child Labor?Cooperation with Authorities and Remedies FAR 52.222-21 -Prohibition Of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-36 Affirmative Action for Workers With Disabilities FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era 52.225-1, Buy American Act - Supplies FAR 52.232-33 Payment oby Electronic Funds Transfer?Central Contractor Registration FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.239-1 Privacy or Security Safeguards FAR 52.247-34 F.O.B Destination DFAR 252.204-7004, Required Central Contractor Registration (CCR); Contractors must be registered in the CCR database prior to award. Offerors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov.com or call 1-800-334-3414). DFAR 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate DFAR 252.225-7001, Buy American (BAA)-Balance of Payments Program DFAR 252.225-7002, Qualifying Country Sources as Subcontractors DFAR 252.232-7003, Electronic Submission of Payment Requests DFAR 252.232-7009, Mandatory Payment by Government Purchase Card DFAR 252.246-7000, Material Inspection and Receiving Report DFAR 252.247-7023 Transportation of Supplies by Sea AFFARS 5352.201-9101, Ombudsman (IAW 5301-9103). Complete paragraph as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: michael.jackson@scott.af.mil (xiii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or personal delivery no later than 4:30 PM Eastern Standard Time on Wednesday, June 14,2006. Requests should be marked with solicitation number F1M3B66157A600. (xv) Address questions to Walter Gordon Jr,Contract Specialist, at (843) 963-5162, fax (843) 963-5183, email Walter.Gordon@charleston.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5166, email Jacqueline.Brown@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
- Place of Performance
- Address: 101 E. Hill Blvd, Charleston AFB, SC
- Zip Code: 29404
- Country: USA
- Zip Code: 29404
- Record
- SN01066857-W 20060611/060609220721 (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 |