MODIFICATION
70 -- VISART PROJECT - Amendment to add voltage requirements and correct small business size standard. - Amendment 1
- Notice Date
- 9/3/2009
- Notice Type
- Modification/Amendment
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Other Defense Agencies, Department of Defense Education Activity, DoDEA Headquarters Procurement Branch, 4040 North Fairfax Drive, Arlington, Virginia, 22203-1635
- ZIP Code
- 22203-1635
- Solicitation Number
- HE125420091950001
- Archive Date
- 9/24/2009
- Point of Contact
- Jennifer H. Abi-Najm, Phone: 7035883629
- E-Mail Address
-
Jennifer.H.Abi-Najm@hq.dodea.edu
(Jennifer.H.Abi-Najm@hq.dodea.edu)
- Small Business Set-Aside
- Total Small Business
- Description
- Quantities per delivery location for CLIN 0007 with voltage requirements specified per delivery location. Quantities per delivery location for CLINS 0001 - 0006 with voltage requirements specified per delivery location. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 Department of Defense Education Activity (DoDEA) has a requirement for media and IT equipment. This synopsis/solicitation is issued under Request for Quote (RFQ) number HE125420091950001. The provisions and clauses incorporated in this RFQ are those in effect through Federal Acquisition Circular Number 2005-36. This RFQ is 100% set-aside for small business. The applicable NAICS code is 423430 and the small business size standard is 500 employees. The requirement is for the following items to support the DoDEA VISART Project: 0001: Quantity 199 each of MFG# IN1100 - In-Focus Projector XGA 2100 LUM IN1100. Brand name or equal is acceptable. 0002: Quantity 199 each of MFG# SP-LAMP-43 - Replacement Lamp for In-Focus Projector in 1100/1102. Brand name or equal is acceptable. 0003: Quantity 199 each of MFG# Q7492A#ABA - HP 4700N 31/31PPM 8.5x14 Color Laser Printer (Network). Brand name or equal is acceptable. 0004: Quantity 15 each of MFG# 2200-23480-0001 - Polycom V700 IP Only (Ethernet). Brand name required. 0005: Quantity 248 each of MFG# PTK640AC - Wacom ACAN Intuos 5x8 Pen Tablet. Brand name required. 0006: Quantity 117 each of MFG# CTE650K - Wacom Bamboo Fun Medium Black Tablet. Brand name required. 0007: Quantity 200 each of MFG# Q7814A#ABA - HP Laser Jet P3005N B&W Printer. Brand name or equal is acceptable. 0008: Shipping DoDEA intends to award a firm-fixed price purchase order to the lowest price, technically acceptable offer. Brand name items required where specified. See attachments entitled "J&A-Wacom" and "J&A-Polycom" for justifications. See attachment entitled "Salient Characteristics" for the minimum requirements of brand name or equal items. All items must be new condition. No used or refurbished parts will be acceptable. No part number substitutions will be acceptable. Award will be all or nothing. All items shall be delivered in accordance with the quantities and delivery locations identified on the following two attachments: "Delivery Locations 1" and "Delivery Locations 2 (B&W Printers only)". Items shall meet the voltage requirements applicable to the delivery location as specified in the following to attachments: "Delivery Locations 1 With Voltage Requirements" and "Delivery Locations 2 (B&W Printers only) With Voltage Requirements". Delivery shall be complete within 30 days after receipt of order. The FOB point is destination. In addition, all electronic hardware and software procured under this contract/purchase order must comply with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) and the Architectural and Transportation Barriers Compliance Board Electronic Information Technology (EIT) Accessibility Standards (36 CFR part 1194). Further information is available via the Internet at http://www.section508.gov. 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following addresses: http://www.arnet.gov/far/loadmainre.html. The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207); 52.204-7 Central Contractor Registration (Apr 2008); 52.212-1 Instructions to Offerors -- Commercial Items (Feb 1998): There is no addendum to this provision; 52.212-2 Evaluation -- Commercial Items: The following evaluation criteria are inserted in paragraph (a) regarding evaluation criteria: "technically acceptable, lowest price"; 52.212-3 Offeror Representations & Certifications -- Commercial Items (August 2009) and Alternate I (April 2002): See * note regarding Representations and Certifications; 52.212-4 Contract Terms & Conditions -- Commercial Items: There is no addendum to this clause; 52.219-6, Notice of Total Small Business Set-Aside (June 2003) Alternate I 52.219-8 Utilization of Small Business Concerns (MAY 2004); and, 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (April 2009) (Deviation): The FAR clauses that are cited in this clause and apply to this acquisition are listed below: 52.222-3 Convict Labor (JUN 2003); 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (AUG 2007); 52.222-26 Equal Opportunity (MAR 2007); 52.222-36 Affirmative Action for Workers with Disabilities (JUN1998); 52.222-50 Combating Trafficking in Persons (FEB 2009); 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003); 52.233-3 Protest After Award (AUG 1996); 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004); and 52.242-15 Stop-Work Order. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses and provisions apply to this acquisition: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) 252.204-7004 Alternate A, Central Contractor Registration (SEP 2007) 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009); 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) 252.212-7000 Offeror Representations and Certifications -- Commercial Items (JUN 2005) See * note regarding Representations and Certifications; and, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2009) (Deviation): The DFARS clauses that are cited in this clause and apply to this acquisition are listed below: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); and, 252.243-7002 Requests for Equitable Adjustment (MAR 1998). * With regard to the provisions for Representations and Certifications, if the offeror has provided the required information electronically as part of its annual representations and certifications to the Online Representations and Certifications Application (ORCA), the offeror is not required to submit the completed provisions with the quote. Instead, the Offeror shall include a statement that the provisions at FAR 52.212-3 and DFARS 252.212-7000 for the firm are available online at https://orca.bpn.gov. Quotes shall be submitted electronically via e-mail attention Contract Specialist Jennifer Abi-Najm at Jennifer.H.Abi-Najm@hq.dodea.edu. Quotes must be received by 8 a.m. EST, September 9, 2009. Quotes received after this date and time will not be considered. Questions regarding this synopsis/solicitation shall be directed to Jennifer Abi-Najm in writing via e-mail.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DoDEA/ArlingtonVA/HE125420091950001/listing.html)
- Place of Performance
- Address: 4040 N. Fairfax Dr., Arlington, Virginia, 22203, United States
- Zip Code: 22203
- Zip Code: 22203
- Record
- SN01940639-W 20090905/090904002434-997dd463bb6031892c9ff428cc7b8898 (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 |