Federal Bid

Last Updated on 15 Mar 2008 at 4 AM
Combined Synopsis/Solicitation
New york New york

70--Allegro CX

Solicitation ID W16XU772420008
Posted Date 13 Sep 2007 at 4 AM
Archive Date 15 Mar 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office Not Specified
Agency Department Of Defense
Location New york New york United states 13602
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W16XU772420008 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-18. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a small business size standard of 100 employees. This requirement is a [ Service-Disabled Veteran Owned ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-09-17 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602

The USA ACA Ft. Drum requires the following items, Brand Name or Equal, to the following:
LI 001, Allegro CX Hand held computer. Intel XScale, processor, 400 MHz. Microsoft Windows CE NET V4.2. 128M SDRAM. Solid state disk storage 1G. 16bit PC card. Accepts Type I or II 3V/5V PC cards. Can use ATA, Compact Flash, micro hard disk, modems, wireless networking cards, and other I/O cards. COM 1 Sealed 9-pin D, full modem control signals, 5V@200mA available on DTR pin, controlled by DTR. COM 2 Sealed 9-pin D, full modem controlled. Internal Bluetooth transceiver integrated. Active viewing area 3 inches wide by 2.3 inches high. ¼ VGA, 320 x 240 pixels landscape view color display. Programs included: Ptab spreadsheet, calculator, and the Microsoft programs Windows Explorer, InBox, Email, Pocket Internet Explorer, and WordPad. Microsoft ActiveSync included on the distribution CD-ROM. 62 large-key keyboard. Rechargeable 3.6V 3800 mAH NiMH high capacity battery pack; lasts up to 30 hours. Separate power input connector for charging and direct power input, 10-20 V DC, 5.5 x 2.1 mm DC power jack. Audio/video playing capabilities with Windows Media Player 9-series. FCC Class A Certification. European CE Mark Certification. , 1, EA;

For this solicitation, USA ACA Ft. Drum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at [email protected]. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or [email protected]. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.

In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to [email protected] (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation.

The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.211-6 Brand Name or Equal.

The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-50, 52.219-27, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.225-13, 52.232-33. In accordance with 52.252-2 Clauses incorporated by reference, the full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil

Delivery shall be made within 30 days or less after receipt of order (ARO).

The offeror must comply with 52.204-7 Central Contractor Registration (CCR). Interested parties must be registered in CCR. Information can be found at http://www.ccr.gov.

The offeror must comply with FAR 52.204-8 Annual Representation and Certification. Interested parties are required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/.

New Equipment ONLY, NO remanufactured products

The following DFAR clauses in paragraph (b) of DFAR clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, will apply: 252.225-7001, 252.232-7003, 252.247-7023. The full text of a DFAR clause may be accessed electronically at http://farsite.hill.af.mil/

The FAR Provisions 52.212-2 - Evaluation of Commercial Items, the following factors shall be used to evaluate offers: (1) Ability of item specifications to meet or exceed the government's minimum needs, (2) Price, (3) Delivery.

The solicitation document and incorporated provisions and clauses are those in effect through DFARS Circular Current to DCN 20070906 Edition.

FOB Destination CONUS (CONtinental U.S.).

The FBO provision located under the Contract/Bidding Req instruction is amended to change the following: This solicitation is being issued as a Request For Quote (RFQ) not an Invitation For Bid (IFB).

Bid Protests Not Available

Similar Past Bids

Portland Oregon 01 Aug 2006 at 4 AM
Redding California 22 Jun 2007 at 4 AM
Washington District of columbia 20 Nov 2019 at 4 PM
Washington District of columbia 06 Jul 2017 at 7 PM
Location Unknown 26 Jul 2012 at 5 PM

Similar Opportunities

Pennsylvania 13 Jul 2025 at 4 AM (estimated)
Pennsylvania 13 Jul 2025 at 4 AM (estimated)
Tinker air force base Oklahoma 08 Jul 2025 at 7 PM
Washington 10 Jul 2025 at 9 PM