Federal Bid

Last Updated on 20 Nov 2007 at 5 AM
Combined Synopsis/Solicitation
Fort huachuca Arizona

70--TetraNote Rugged Notebook Computers for the Electronic Proving Ground (EPG), Fort Huachuca, Arizona 85613

Solicitation ID W9124Q-07-R-EPGMTC
Posted Date 18 Sep 2007 at 4 AM
Archive Date 20 Nov 2007 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: 18 each, Logic Instrument TN-790-9-PCI-AM, TetraNote Rugged Notebook Computer 14.1in Screen, Intel Core Duo 1.66GHz processor ( LV ), 2MB L2 Cache, 512MB DDRII Fan-less design IP 54 sealed magnesium alloy die-cast, Individually sealed ports Shower-proof and dust-proof rubber keyboard, Touch-sensitive control pad Tested & Certified to MIL-STD-810 14.1in XGA color TFT LCD 1024 x 768 resolution, 64MB Shared VRAM Removable 80GB HDD & Combo Drive module, Standard Swappable FDD Internal swappable rechargeable Li-Ion battery pack Integrated 32-bit 3D/2D gfx core with Dynamic Video Memory T echnology 1x Type III or 2x Type II PCMCIA Card Slot, ExCA / ZV / Card Bus compatible Serial port x 1, Parallel port (EPP/ECP) x 1, IEEE 1394 Port x 1, Port Replicator x 1 RJ-11 x 1, RJ-45 x 1, VGA monitor port x 1, USB 2.0 x 2, IrDA x 1(4Mbps and 115Kbps ) PCI Audio support external Audio Jack Cable for Mic-In and Line-Out Ports Built-in two stereo 2W speakers (water proof) Multi-bay expandability, Kensington lock slot 90W, 100-240V 50-60Hz AC autosensing adapter, DC input connector Windows XP Professional or Windows 2000 Professional, Installed Utility disk & operation manual Configuration includes options listed: Upgrade RAM to 2GB (1Gx2) (p/n TN-RAM2000) Upgrade to 120GB HDD (p/n TN-HDD120) Removable DVD/CD-RW Combo Drive in media bay (p/n TNMEDCOMBO) E xpansion Slice PCI (2 PCI slots for cards up to 8.7in in length) (p/n TNPCIEXP) 12-32VDC vehicle adaptor/charger, can be supplied bare-wire or male cigarette lighter connector (p/n TN-1232VDC) Spare main battery with door and canister (p/n TN-MAINBATT) Ext ernal Main Battery Charger and AC Adapter (p/n TN-BCHGR)Spare AC Adapter (p/n TN-ACADA) NOTES: The quoted unit has a 14.1in XGA TFT screen and 2GB of RAM along with an upraded 120 GB HDD and has 2 PCI expansion slots. It has an all metal housing and integr al expansion chassis along with all normal EMI/EMC shielding to withstand operation in a harsh EMI/EMC environment. (The MIL-STD-461 option is only needed when having to comply with a deployed situation requiring the levels required by the Ground Mobile 24 DB/uV specification.) Each unit is quoted with a 12-32 VDC adapter that allows it to operate from any 12V, 24V or 28V vehicle or aircraft DC power system. Each unit also comes with a spare battery and an independent battery charger allowing charging of th e spare battery while using the other in the unit. A three year factory warranty is included. FOB DESTINATION: Fort Huachuca, Arizona. Payment will be made by Defense Finance and Accounting under Net 30 Terms. Offers are due no later than 6:00 p.m., Mou ntain Standard Time, Friday, 21 September 2007. Offers shall be submitted electronically at: [email protected]. EVALUATION CRITERIA/PROCEDURES: Offers will be evaluated based on the following best value criteria in descending order of importa nce: Meeting the requirement, Proposed Delivery Schedule, Past Performance, and Price. 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 Virginia J. Miller, Contracting Officer, at [email protected]. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. Th is is a 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-pri ce. 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 of FAR provision 52.212-3,Offeror Representations and Certifications Commercial Items, 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 Exe cutive 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 announceme nt.
Bid Protests Not Available