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: 3 each; EMI/EMC ruggedized laptops. Description: Rugged laptop with optionalEMI/EMC upgradable designed for Police or Fire Department, Oil Refinery, Power Plant, Construction, Telecommunication Industry, and Field Service Engineer with a water and shock resistant magnesium chassis structure. U.S. MIL-STD 810F IP54 Certified. Optional Global(Asia, USA, Europe) Wireless Internet GPRS Compatible Certified, Internal Wireless LAN, and Modem provide the perfect solution for Field Service Engineer. Colt Explosive Proof: Method 511.4 of the MIL-STD 810F standards is extremely important to the Airforce's COLT, Common Organizational Level Tester Program. Passing this test allowed the Warrior 2000 as qualified sources for the Colt Flight-Line Tester Retro-fit Program. FOB Destination: Fort Huachuca, Arizona. Payment will be made by Defense Finance and Accounting under provisions of Wide Area Work Flow under Net 30 Terms. Offers are due no later than 12 noon, Mountain Standard Time, Thursday, 24 April 2008. Offers shall be submitted electronically at:
[email protected]. Evaluation Criteria/Procedures: Offers will be submitted in commercial quote format. The 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. Equipment must be delivered no later than 16 June 2008. The result of the award will be posted in Fedbizopps(http://www.fbo.gov/) under Award Notices. Questions pertaining to the Award Notice must be submitted in writing. For additional information, contact Carmen Simotti at (520) 533-8189 or
[email protected]. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. This is a total small business set-aside. The NAICS code is 334111. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. All Electronic and Information Technology will be Section 508 of the Rehabilitation Act of 1973 compliant. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commercial Items, applies to the acquisition (See evaluation criteria above). Offerors shall include a completed copy ofFAR provision 52.212-3, Offeror Representations and Certifications Commercial Items or ORCA, and furnish Offeror's Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes with its 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 clause 52.219-8, Utilization of Small Business Concerns apply. 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