SOLICITATION NOTICE
70 -- AVIATION MISSION PLANNING SYSTEM PORTABLE COMPUTING UNIT
- Notice Date
- 1/22/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- US Army Aviation and Missile Command (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W58RGZ07Q0129
- Response Due
- 1/25/2007
- Archive Date
- 3/26/2007
- Small Business Set-Aside
- N/A
- 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. The solicitation number is W58RGZ-07-Q-0129 and is being issued as a request for quotation (RFQ) under simplified acquisition procedures. See note 22. This solicitation document and incor porated provisions and clauses are those in effect in Federal Acquisition Circular 97-12. All responsible sources may submit a proposal, which, if timely received, shall be considered by the Government. The NAICS Code is 33411. This item is restricted t o the approved business Miltope Corporation, 3800 Richardson Road, Hope Hull, Alabama 36043, (CAGE 54418). The Contractor shall provide the following items: CLIN 0001 TSC-750M 915 Aviation Mission Planning System Portable Computing Unit (PCU), Part Numb er 1005487-2, nine (9) each. CLIN 0002 TSC-750M 915 Aviation Mission Planning System Portable Computing Unit (PCU), Part Number 1005487-2, four (4) each. The total quantity for this requirement is thirteen (13) each PCUs. The TSC-750M 915 TSC-750M 91 5 Aviation Mission Planning System Portable Computing Unit to be procured under this contract is a non-developmental item, designed, manufactured and qualification tested in accordance with applicable military specifications. The PCU is a lightweight, vers atile and ruggedized compact laptop computer providing the central interface between the AMPS components. The AMPS PCU automates and streamlines aviation mission planning tasks. The PCU provides the commander synchronization of aviation assets on the batt lefield. The PCU includes a laptop keyboard and monitor. Data storage is provided through a removable hard drive, a digital video disk/compact disk (DVD/CD) read/write (RW) drive and a flash memory card. Interfaces include two serial ports, two Universal S erial Bus (USB) ports, a parallel port, Ethernet and Modem capabilities, external Video and audio capability. The AMPS PCU can operate utilizing various power sources, to include emergency back-up battery power. The AMPS PCU includes a power cable for oper ation directly from a vehicle power source and an external, power adapter and battery charger for operation from other external power sources. The AMPS PCU and accessory components are packaged in a ruggedized case. Required delivery of the 13 PCUs is 0 1 March 2007. Inspection and Acceptance: Origin. FOB: Origin. Specific Configuration: * INTEL PENTIUM?M?Processor 2.13 gigahertz (GHz) (533 Front side bus) * 2 gigabyte (GB) Random Access Memory (RAM) (Extended Temperature) * ATI 3-D Graphics M26 with 256 megabyte (MB) Dedicated Video RAM * (2) Removable database (DB20) form factor 100GB Hard drive: IDE/PATA, 7200RPM * Serial Advanced Technology Attachment (SATA) capable * DVD/CD RW Drive * 14.1 Active Matrix Sunlight Readable Display, 1024 X 768 resolution * Modem, 10/100 Base T Ethernet, audio (3) with ports on back of the unit and Firewire 1394B * Two Type II Personal Computer Memory Card International Association (PCMCIA) ports * Integrated Heat Exchanger * Rugged external alternating current (AC) power adapter/battery charger, AC power cord, NATO Power Cable and European Power Adapter * Ethernet and Modem Cables and Storage Pouch * Ruggedized, Hard Carrying Case, Operating System Software and Quick Start Guide The provision at FAR 52.211-4012 Accelerated Delivery (USAAMCOM). FAR 52.212-1 Instructions to Offerors-Commercial Items (Sep 2006) applies to this acquisition. Offerors are required to complete and include a copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Sep 2006) with their proposals. FAR clause 52.212-4 Contract Terms and Conditions Commercial Items (Sep 200 5) applies to this acquisition. FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Sep 2006) applies with the following applicable clauses from paragraph (b). FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. FAR 222-36 Affirmative Action for Handicapped Workers. FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. FAR 52. 225-3 Buy American Act- Supplies. FAR 52.232-33 Mandatory Information for Electronic Funds Transfer Payment. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998). DFARS 252.211-7003 Item Identification and Valuation (Jun 2005) Alternate I (Apr 2005). DFARS 252.212.7000 Offeror Representations and Certifications Commercial Items. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisition of Commercial Items (Nov 2006) applies to this acquisition with the following clauses applicable from paragraph (b). DFARS 252.232-7003 Electronic Submission of Payment Request. DFARS 252.225-7036 North American Free Trade Agreement Implementation Act. DFAR 252.204-7004 Required Central Contractor Registration (Nov 2003) In addition to the listed FAR provisions and clauses, all offerors must provide a contractor identification code which is currently the Dunn and Bradstreet Data Universal Numbering System (DUNS) number. All FAR provisions and clauses may be reviewe d and/or obtained from the General Services Administration's Federal Acquisition Regulation website at internet address http://www.arnet.gov/far/. Any contract awarded as a result of this solicitation will be an order certified for National Defense under t he Defense Priorities and Allocation System. The Government intends to make a single award to the offeror whose offer is most advantageous to the Government using Simplified Acquisition Procedures. Mail, email, or fax copy of offers must be received no l ater than 3:00 PM CST, January 25, 2007. Offers may be mailed or faxed to AMSAM_AC-AR-C, ATTN: Johnny Coleman, BLDG 5309, 2nd Floor, 92C107, Redstone Arsenal, AL 35898. Voice phone (256) 876-7721; Fax phone (256) 876-3297; or emailed to johnny.coleman@pe oavn.army.mil. Note 22
- Place of Performance
- Address: US Army Aviation and Missile Command (Aviation) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Country: US
- Zip Code: 35898-5280
- Record
- SN01216726-W 20070124/070122220753 (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 |