Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2009 FBO #2826
MODIFICATION

70 -- PSION Teklogix Workabout Pro G2 - Amendment 1

Notice Date
8/18/2009
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-09-Q-0101
 
Archive Date
12/31/2009
 
Point of Contact
Tracy A Birch, Phone: 717-770-6613
 
E-Mail Address
tracy.birch@dla.mil
(tracy.birch@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 0001, which extends the closing date to Tuesday, 25 August 2009 at 12:00pm eastern time. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. This solicitation is issued as a Request for Quote (RFQ), Solicitation Number SP3300-09-Q-0101. The Defense Distribution Center (DDC) has a requirement to purchase PSION Teklogix Workabout Pro G2 equipment. This is a brand name requirement in accordance with FAR 13.106-1(b)(1), based on the following: The overarching wireless policy that was created and mandated by DLA HQ established and defined strict security mandates for all wireless networks running on the DLA network. In order to meet or exceed this mandate all DLA depots were upgraded to a new Radio Frequency (RF) system. The system chosen after an open competition was Psion Teklogix. The Teklogix system is well established within DLA and the standards and procedures on how to use the equipment and how to get the equipment repaired are well documented. The RF transition for the depots has resulted in little to no down time during the transition from the old to the new system. In order to maintain continuity and technical support expertise it is essential to have a standard platform within the DSS environment at the depots. The recent early outs and cutbacks have already created a shortage of knowledgeable IT support personnel both at the depots and within the J6 organization. To deviate from the current and established RF platform which utilizes the Psion Teklogix solution would create a huge impact on the support personnel at the site and the DLA. The unknowns of a new system would create work stoppages and downtime that would impact the mission and could impact the war fighter in the field. This acquisition is unrestricted. The associated NAICS code is 334111, and the associated size standard is 1000 employees. See attached schedule of supplies for Contract Line Item Number (CLIN) identification. A five (5) year warranty and unlimited phone support for PSION Teklogix equipment, to include full access to Teknet online technical support, 7 day/24 hour system telephone support, 6 day turn-around on equipment returned to the contractor’s depot repair facility, emergency loaner hardware, and firmware upgrades also are included on all hardware supplied under this contract. Delivery is required no later than thirty (30) days after contract award to the Defense Distribution Center (DDC) J6NDSP, 14 Dedication Drive, Bldg 14, New Cumberland, PA 17070. Offerors shall provide the unit price for each CLIN and total amount, inclusive of shipping costs (FOB Destination), in accordance with the provisions at FAR 52.212-1. This notice incorporates provisions and clauses in effect through the Federal Acquisition Circular 2005-31. The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text: FAR 52.212-1 INSTRUCTIONS TO OFFERORS – COMMERICAL ITEMS; FAR 52.212-2 EVALUATION -- COMMERCIAL ITEMS; FAR 52.212-3 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 to include FAR 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.232-33, 52.247-64; DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLETEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS to include DFARS 252.203-7000, 252.232-7003, 252.247-7023 ALT III DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM). These clauses may be viewed at http://farsite.hill.af.mil/ Additional required clauses other than those listed above may be included as Addenda on the award document. Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS with the price quote or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with a quote will render an offeror ineligible for award. The evaluation described at FAR 52.212-2 applies to this procurement. The Government intends to award a Firm-Fixed Price commercial contract resulting from this notice on an all or none basis to the lowest price offeror who can provide the brand name products within the required delivery timeframe. Contractors must be capable of accepting electronic fund payments for this procurement. Payment under this contract will be made by DFAS Columbus. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed. All questions and inquiries should be addressed via email to Tracy.Birch@dla.mil, RFQ Number SP3300-09-Q-0101. Prices and representations/certifications are required NLT 12:00pm eastern time on 25 August 2009. This information should be submitted to the above email address or faxed to (717)770-7244. Failure to submit all of the information requested by the solicitation may result in the offer being eliminated from consideration for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-09-Q-0101/listing.html)
 
Place of Performance
Address: Defense Distribution Center (DDC) J6NDSP, 14 Dedication Drive, Bldg 14, New Cumberland, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN01915902-W 20090820/090819000302-21762d66d4267e02e680014ad52ed5e4 (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.