|
COMMERCE BUSINESS DAILY ISSUE OF JULY 1,1999 PSA#2379Federal Emergency Management Agency, Mt. Weather Emergency Assistance
Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135 70 -- HAND-HELD COMPUTER SOL EMV-1999-RQ-0043 POC Maria L. Martin,
Contract Specialist, 540-542-2300 E-MAIL: EMV-1999-RQ-0043,
maria.martin@fema.gov. This is a combined synopsis/solicitation for the
purchase of 40 Fujitsu Stylistic 2300 Hand-Held Computer or equal in
accordance with the format in FAR Subpart 12.6 and issued under the
authority of FAR Subpart 13.5, "Test Program for Certain Commercial
Items" as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation; offers are
being requested and a written solicitation will not be issued. The
solicitation number is EMV-1999-RQ-0043. The solicitation is issued as
a Request for Quotes (RFQ). The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-11. This procurement is a small business set-aside. The
SIC Code applicable to this RFQ is 5045. The small business size
standard is 100 employees. The Federal Emergency Management Agency
proposes to purchase 40 Fujitsu Stylistic 2300 Hand-Held Computers or
equal. Units will be used by housing field inspectors during
Presidentialdeclared disasters. The technical specifications for the
Fujitsu Stylistic 2300 Hand-Held Computers are as follows: MANDATORY
ITEMS: FORM FACTOR: Full-screen, tablet-size, pen computer.
MICROPROCESSOR: 233MHz Pentium MMX, 32KB on-chip (L, I) cache, 512KB L2
cache. SYSTEM MEMORY: 32MB SDRAM (Standard) Expandable by 32MB or 64MB
increments to 96MB (Max). BIOS: KB flash ROM. Architecture: PCI,
CardBus. OPERATING SYSTEMS: Windows NT Workstations 4.0 with PenX 1.51,
Windows 98 with Pen Services 2.0 and PenX 1.51; Windows 95 with Pen
Services 2.0 and PenX 1.51. HARD DISK DRIVE: 4.1GB, Ultra ATA,
shock-mounted. EXPANSION: Two Type II or one Type III PC Card Slots,
Ver.3.0 CardBus, Zoomed Video. DISPLAYS: Color Transflective (CTF) SVGA
LCD, outdoor and indoor use; Backlit, 8.4" (213mm) diagonal, 0.21mm dot
pitch, 800x600 SVGA resolution, up to 4,096 colors; Active Matrix (TFT)
SVGA Color LCD, Backlit, 8.4"(213mm) diagonal, 0.21mm dotpitch, 800x600
SVGA resolution, up to 262, 144 colors. DIGITIZER: Electromagnetic
tablet, 1016 points/inch resolution, 133 points/second sampling rate.
AUDIO: Sound Blaster, Pro compatible, full duplex, Built-in microphone
and speaker, stereo microphone jack, stereo headphone jack, Line-in
and line-out jacks on port replicators. INTERFACES: Built-in connectors
-- Keyboard/mouse (PS/2 connector) Serial A (RS-232C), parallel,
monitor (DDC), Universal Serial Bus (USB), Floppy disk drive, DC-in,
Microphone, Headphones (stereo), RJ-ll. jack (U.S. and Canada only);
infrared port -- IrDA 1.1 (FIR 4 Mbps); high-usage docking contacts --
keyboard, mouse, DC-in; System interface connector (port replicator)
PS/2 mouse, Serial B (RS-232C), replaces IrDA, USB, 2 ports; acts as
self-powered hub, audio line-in, audio line-out (all built-in
connectors are also replicated). POWER: 4500mAh lithium ion battery
pack, autosensing 100-240V, 50/60Hz AC adapter. BATTERY LIFE: Up to 5
hours (application and display dependent). POWER MANAGEMENT:
Save-To-Disk, Suspend and Standby Modes; Intel/Microsoft APM 1.2, ACPI
1.0 (requires Windows 98). OVERALL DIMENSIONS: 11.1" x7.4"x1.6" (283mm
x 188mm x 41mm). WEIGHT: 3.9lbs. (1.8KG) with battery pack. INTERNAL
MODEM: (available in U.S. and Canada only) 56K V.90 modem, 14.4 KBps
Fax, integrated RJ-11 phone jack. ENVIRONMENTAL: Operating,
temperature: 0 degree to 40C (32 to 104F), with power management;
Humidity 20% to 85% RH (non-condensing), Altitude: -200ft to 10,000ft
(-61m to 3,047 m); non-operating, temperature -20 degree to 60C (-4 to
140F); humidity 8% to 95% RH (non-condensing), altitude, 40,000ft
(12,189 m) maximum. APPROVALS: Emissions FCC Part 15 Subpart J Class B,
CISPR22 Class B (EN55022 Class B) DOC Class B, when equipped with modem
option; FCC Part 68, CS 03; Immunity, EN61000-4-2 (ESD, Level A),
ENV50140 (Radiated RF Field, Level A), EN61000-4-4 (EFT, Level A);
Safety UL 1950, CSA 950, EN60950. OPTIONS: Port replicator, external
3.5" floppy disk drive, Low-power keyboards, auto adapter (12-24 VDC
input), external battery charger, bar code wand with stylus holder,
folding desk stand, hand strap, pen tether, screen protector (12-pack),
slip case, harsh environment case, keyboard combo case, AC adapter
(spare), lithium ion battery pack (spare), pen kit (spare) pen tips.
Must be Year 2000 compliant equipment. NON-MANDATORY ITEMS: The
contractor must provide telephone or on-site technical support for a
time period of 24 months after purchase. This service must also be able
to support all user or hardware problems that occur during this period.
Contractor or manufacturer must provide a 1-year warranty from the time
of purchase with repair being performed either on site or shipped to
the repair facility at the cost of the provider. The turnaround time
for repairs must not be more than 10 working days during times of
active Presidential declared disasters. Contractor must have at least
5-years experience in providing technical support and repair services
for portable computer processing units used by customers who require
remote access to central network. Contractorwill be required to load
FEMA provided software before shipping. The software will be provided
to the Contractor after award. Delivery of units will not be accepted
without satisfying this requirement. DESCRIPTIVE LITERATURE: Contractor
to provide descriptive literature of proposed make and model to be
furnished in accordance with FAR Clause 52.212-1 "Instructions to
Offerors -- Commercial Items" section b(f). Failure of an offeror to
submit descriptive literature for a proposed "or equal" product will
result in that product being rejected from further consideration.
Further, descriptive literature which fails to show that the proposed
product(s) complies with the mandatory requirements stated above will
result in the rejection of that product(s). If contractor is quoting on
the Fujitsu Stylistic 2300 descriptive literature will be optional.
Contractor must address the mandatory and non-mandatory items in his
offer. PRODUCT TESTING: On units other than the Fujitsu Stylistic 2300
that meet and offer the best value, the Contractor must provide a
product sample for evaluation by FEMA ITS Directorate to ensure
compatibility with the ACE II software and FEMA's network systems
before award. On model Fujitsu Stylistic 2300, the Government reserves
the right to perform a test for compatibility before award. The
evaluation process will include the loading and execution of the ACE II
software and a remote connection test to ensure connectivity. The
sample will be returned to the contractor at the end of the evaluation.
EVALUATION INFORMATION: All the Mandatory specifications must be met by
the offeror's product. Failure to meet these specifications will
eliminate that particular product from further consideration.
Non-mandatory requirements will be evaluated as does not meet,
partially meets, meets or exceeds. For firms meeting all mandatory
requirements, qualitative determination of non-mandatory requirements
will be made. A best value determination will be made based on the
following in order of importance (1) Technical Capabilities (2) Past
Performance and (3) Price. 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 requirements
detailed in this solicitation shall be used as criteria to evaluate
offers. Contractor must meet all the requirements detailed within this
solicitation. Technical is of greater importance when compared to
price. The government will utilize Best Value Procedures IAW FAR
Subpart 13.106 for making award. PROPOSAL PREPARATION INSTRUCTIONS: The
provision at 52.212-1, Instructions to Offerors -- Commercial Items,
applies to this acquisition. Offerors shall provide a firm fixed-price
for Item 001: Quantity of 40 Fujitsu Stylistic 2300 Hand-Held
Computer. Item 002 -- Technical Support for a 24-month period. Shipping
charges, if any, must be added as a separate line item. Successful
contractor must meet all the responsibilityrequirements of Subpart 9.1
of the Federal Acquisition Regulation (FAR). A written notice of award
or acceptance of offer, mailed or otherwise furnished to the successful
offeror, shall result in a binding contract without further action by
either party. Offerors are to include a completed copy of the provision
at 52.212-3, Offeror Representations and Certifications-Commercial
Items, with their response. The following clauses also apply: 52.212.1
Instructions to Offerors -- Commercial Items, 52.212-2 Evaluation --
Commercial Items (The following factors will be used to evaluate
offers: (1)Technical Capabilities (2) Past Performance (3) Price.)
52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items; 52.222-26 Equal Opportunity (E.O.
11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam
Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for
Handicapped Workers (29 U.S.C. 793); 52.225-3, 52.222.37 Employment
Reports on Disabled Veterans and Veterans of the Vietnam Era, Buy
American Act -- Supplies. The full text of these provisions and clauses
may be accessed electronically at http://www.gsa.gov/far/ or
http://www.arnet/gov/far. The due date for submission of offers July
21, 1999 at 4:30 p.m., local time, to FEMA, Mt. Weather Emergency
Assistance Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135;
Attn: Maria L. Martin -- Bldg. 413. All requests for information are
to be addressed to Maria L. Martin, Contract Specialist (540) 542-2300.
Technical and/or administrative questions must be received no later
than five business days after publication of this notice and may be
faxed to (540) 542-2631 or 2632 or sent via electronic mail to
maria.martin@fema.gov. Offerors are responsible to comply with this
notice and any amendments thereto. Amendments to the RFQ will be
published in the same manner as the initial synopsis/solicitation.
Posted 06/29/99 (W-SN348586). (0180) Loren Data Corp. http://www.ld.com (SYN# 0362 19990701\70-0008.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|