Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 30, 2001 PSA #2926
SOLICITATIONS

70 -- LAPTOP PERSONAL COMPUTER SYSTEMS

Notice Date
August 28, 2001
Contracting Office
US Aviation and Missile Command, Attn: IAS21WG, Building 404, Fort Eustis, VA 23604-5577
ZIP Code
23604-5577
Solicitation Number
USZA23-01-R-0003
Response Due
September 25, 2001
Point of Contact
Hilda E. Fowler, Contract Specialist, (757) 878-2559; Linda L. O'Dell, Contracting Officer, (757) 878-3064
E-Mail Address
hfowler@aatd.eustis.army.mil (hfowler@aatd.eustis.army.mil)
Description
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. Potential offerors are encouraged to read this announcement in its entirety. The solicitation number is USZA23-01-R-0003, previously synopsized in the CBD on August 3, 2001, and is being issued as a request for proposals (RFP). The solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 97-27. The North American Industry Classification System (NAICS) code applicable to this solicitation is 3341111; the small business size standard is 1000 employees (see FAR 52.212-1). A firm fixed price contract with an award date no later than 15 October 2001 is anticipated. In support of the Special Operations Forces PC based mission planning, the Integrated Aviation Systems 21 Working Group is soliciting proposals for a quantity of 65 each Laptop Computers which are brand name or equal items to Dell Model C800 which meet or exceed the following specifications: (1) Processor: Intel Pentium III, minimum 1 Ghz process or latest generation available upon delivery; (2) Video Adapter Card: ATI M4 Open GL card with a minimum of 32 MB of video RAM; (3) Memory: 512MB SDRAM 100 Mhz, consisting of two 256MB DIMM components; (4) Hard Disk Drive (HDD): one 32 GM, 12.5 MM; (5) Display: Display shall be 15 inch Active Matrix with a resolution minimum of UXGA; (6) Media: Optical Internal 8x DVD with associated MEPEG II software, Removable 1.44MB Floppy Drive and 250MB ZIP Drive. All bays and media shall be "hot swappable"; (7) Input Devices: Microsoft Intellimouse Explorer; (8) Modem/Network: Internal 3COM MINI-PCI NIC/modem combo; (9) Primary and Secondary Battery: LI-ION Spare Battery ("Hot Swappable"); (10) Operating Systems: Windows 2000 Professional SR-1 and must have expansion and growth capacity for additional hardware integration and software evolution; (11) Weight: 8 lbs (approximate), Dimensions (approximate): 13.5"(W) X 11"(D) X 1.8"(H); (12) Miscellaneous: The system shall have a Nylon Carrying Case capable of accommodating all specified components. A Dock Lock Adapter (security accessory) shall be provided. Cables, connectors, device drivers, etc. not specifically defined but required for the specified hardware to function with Windows 2000, or for connectivity, shall be provided for all system components listed in this specification.; (13) Warranty and Technical Support: The system warranty shall be for three years on all parts, labor and shipping. An On-Site, Next Day Warranty and a no greater than three (3) days turn around for other services will be required in Continental U.S. and seven (7) days Outside the Continental U.S. (where available). Technical support shall be provided on a 24/7 basis on first call. Technical support call back to the customer on a work order is unacceptable. Inspection/acceptance and FOB point will be destination (Ft. Eustis, Virginia). Required delivery date is 30 days after execution of the contract. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is determined to be the lowest priced, technically acceptable offer. To be considered technically acceptable, an offeror's proposed product must meet or exceed all of the thirteen specifications listed in this solicitation (see above). Before a final determination that an "equal" product is technically acceptable, the offeror who is determined the apparent successful offeror and who offers an "equal" product will be required to provide one laptop, in the exact configuration proposed for delivery, for a hands-on "pass/fail" system evaluation by the Government to observe for conflicts and stability. The tested unit must receive a "pass" on all of the following points to be considered technically acceptable. This evaluation will consist of (1) confirmation of the configuration against specifications solicited; (2) Installation of core Government and Microsoft Office software, applications and components used in the component Mission Planning Environment; (3) Execution of a limited mission planning scenario utilizing the core software, applications and components, to include utilizing a 3D rehearsal tool; (4) Network and dial-up configuration and connectivity; (5) Input devices for connectivity and ergonomics; (6) Media configuration and compatibility; (7) Display of configurations and ergonomics; (8) Subjected to general environmental (72o-90o F and 70%-100% humidity) stability and ergonomics (fan location and heat displacement); (9) power/battery performance (note); (10) Observe for compatibility with other external peripherals; and (11) Evaluated for overall "out of the box" potential for expansion (RAM and Video Adapter) during expected life cycle. No laptops are to be delivered to the Government until requested. This laptop shall be submitted at no expense to the Government, and shall be returned at the sender's request and expense at the completion of this evaluation. If the sender is determined the successful offeror, the unit delivered for testing shall be retained by the Government and considered one of the deliverable units. In the event that two or more offers are determined equally eligible for award after completion of the above evaluation, award shall be made in the following order of priority: (1) Small business concerns that are also labor surplus area concerns. (2) Other small business concerns. (3) Other business concerns. The provisions and clauses at FAR 52.212-1, "Instructions to Offerors Commercial Items" and FAR 52.212-4, "Contract Terms and Conditions -- Commercial Items" applies to this acquisition without addenda. The clauses at FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items" and DFARS 252.212-7001, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items" apply to this acquisition. The following additional FAR clauses, cited in FAR 52.212-5, are applicable to this acquisition: 52.203-6, "Restrictions on Subcontractor Sales to the Government, with Alternate I", 52.219-8, "Utilization of Small Business Concerns", 52.222-21, "Prohibition of Segregated Facilities", 52.222-26, "Equal Opportunity", 52.222-35, "Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era", 52.222-36, "Affirmative Action for Workers with Disabilities", 52.222-37, "Employment Reports on Disabled Veterans and Veterans of the Vietnam Era", 52.225-13, "Restriction on Certain Foreign Purchases", and 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration". The following additional DFARS clauses, cited in DFARS 252.212-7001, are applicable to this acquisition: 252.225-7001, "Buy American Act and Balance of Payments Program", 252.225-7007, "Buy American Act Trade Agreements Balance of Payments Program", 252.225-7012, "Preference for Certain Domestic Commodities", 252.225-7021, "Trade Agreements", 252.243-7002, "Requests for Equitable Adjustment", 252.247-7023, "Transportation of Supplies by Sea", and 252.247-7024, "Notification of Transportation of Supplies by Sea". Proposals shall be submitted in accordance with FAR 52.212-1, "Instructions to Offerors Commercial Items" and shall contain all items specified under subparagraph (b) of this provision. In addition, proposals shall include "Offeror Representations and Certifications" contained in DFARS 252.212-7000. In accordance with FAR 52.211-6, "Brand Name or Equal", incorporate herein by reference, offers of "equal" products, including "equal" products of the Dell Corporation, shall (1) meet the salient physical, functional, and performance characteristic specified in this solicitation; (2) clearly identify the item by brand name, if any, and make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. The Government will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Government. The Government is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in this solicitation. In accordance with DFARS 252.204-7004, any prospective awardee must be registered in the Central Contractor Registration prior to award, during performance and through final payment of any contract resulting from this solicitation. Contractors may obtain information on registration requirements by calling 1-888-227-2423 or via the internet at http://www.ccr2000.com. The full text of all clauses cited herein may be viewed at www.deskbook.osd.mil. Proposals (4 copies) shall be submitted no later than 4:00 p.m. Eastern time, 25 September 2001, to the Integrated Aviation Systems 21 Working Group, Attn: AMSAM-TASO-I (H. Fowler/RFP USZA23-01-R-0003), Lee Blvd., Bldg. 401, Ft. Eustis, VA 23604-5577. Facsimile bids and electronic bids are not authorized and will not be considered for award. Please be advised that offers submitted in response to this solicitation will be evaluated by contractor personnel (non-Government personnel) who have executed the appropriate nondisclosure statements. Requests for clarification or further information regarding this solicitation must be submitted in writing to Hilda Fowler at datafax (757) 878-0089 or e-mail at hfowler@aatd.eustis.army.mil.
Record
Loren Data Corp. 20010830/70SOL006.HTM (W-240 SN50W1K4)

70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index  |  Issue Index |
Created on August 28, 2001 by Loren Data Corp. -- info@ld.com