Federal Bid

Last Updated on 06 Nov 2005 at 5 AM
Combined Synopsis/Solicitation
Fort huachuca Arizona

58--Battle Command Information System for the Electronic Proving Ground (EPG), Fort Huachuca, Arizona 85613

Solicitation ID W9124Q-05-R-EPGSAM
Posted Date 31 Aug 2005 at 5 AM
Archive Date 06 Nov 2005 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Fort huachuca Arizona United states 85613
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 Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement (No Substitutes): 1 each, AVKM, BCIS, Battle Command Information System Softwar e License; 1 each, AVKM, NXI, Integrated Controller; 1 each, AVKM, NXC-ME260, Master Card Configured for BCSI; 1 each, AVKM, PSN-6.5, Power Supply; 1 each, AVKM, 12VDC6A, 12 VDC Power Supply for TouchPanel; 1 each, AVKM, NXT-CA12, Modero Color Active 12 in ch Touch Panel configured for BCIS System; 1 each, AVKM, VIZION4-10, VIZION4 Video Wall Processor with 10 RGB and 4 Video Inputs; 1 each, AVKM, AC-RK, Rack Kit; 1 each, AVKM, Custom, NXD Series Modero Ruggerized Tilt; 14 each, AVKM, 26-533-11, VGA Male to 5 BNC Male 3 foot; 1 each, AVKM, Integrate, 16 hours labor to load software and test system for proper operation and correct problems, and integrate custom owned Extron Cross Point; All components are to be integrated into the BCIS System. Delivery must be made by 15 September 2005. FOB Destination (Fort Hood, Texas 76544). Payment will be made by Government Credit Card under Net 30 Terms. Offers are due no later than 1200 hours, Wednesday, 7 September 2005 and shall be submitted electronically at virg [email protected]. EVALUATION CRITERIA / PROCEDURES: Offers will be evaluated based on the following best value criteria in descending order of importance: Meeting the Requirement, Proposed Delivery Schedule, Past Performance and Price. For addit ional information, contact Virginia J. Miller, Contracting Officer, at (520) 538-3978 or [email protected]. The Synopsis/ solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 200 1-22 and 2001-23. This is a Small Business Set Aside. The NAICs is 334310. The following FAR provisions apply to this acquisition: 52.212-1, Instruction to Offerors Commercial items, and 52.212-2, Evaluation of Commercial Items, applies to the acquisi tion. Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items, and furnish Offeror's Federal Tax Identification Number, Cage Code, Central Contractor Registration Number, DUNS Numbe r and applicable FSC Codes with this offer. FAR Clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR 52.219-8, Utilization of Small Business Concerns. The government reserves the right to select for award, all, some, or none of the proposals received in response to this announcement.
Bid Protests Not Available