SOLICITATION NOTICE
58 -- 0010115686
- Notice Date
- 12/17/2004
- Notice Type
- Solicitation Notice
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- 0010115686
- Response Due
- 12/22/2004
- Archive Date
- 1/6/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. Simplified procedures as described in FAR 12.3 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number N00421-05-T-0020 is being released using simplified acquisition procedures as described in Federal Acquisition Regulation 12.3, and is therefore issued as a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Federal Acquisition Regulations Supplement Change Notice 20001213. The Government intends to award a firm-fixed-price contract for Miscellaneous Hardware and Software. The hardware/software is required to support the United States Special Operations Command (USSOCOM) Joint Base Station (JBS) Variant Two (V2) D Systmes for Air Force Special Operations Command (AFSOC) and Naval Special Warfare Command (NSW) Supplemntal Build Projects. THIS IS A REQUEST FOR COMPETITIVE QUOTES AND IS A TOTAL SMALL BUSINESS SET-ASIDE. Responsible interested parties may submit information in which they identify their interest and capability. Contractors will need to provide the following: CLIN 0001 Description: MS MBG EXCHANGE SERVER 2003, P/N: MBG-312-02716 (QTY 16); CLIN 0002 Description: MS MBG EXCHANGE CAL 2003 DEVICE, P/N: MBG-381-01908 (QTY 160); CLIN 0003 Description: MS MBG W2003 SERVER STD, P/N: MBG-P73-00594 (QTY 16); CLIN 0004 Description: MS MBG W2003 CAL DEVICE, P/N: MBG-R18-00190 (QTY 80); CLIN 0005 Description: ROXIO EASY CD CREATOR 6, P/N: ROX-CDRVLPE621100 (QTY 16); CLIN 0006 Description: ROXIO EASY CD CREATOR 6 MEDIA, P/N: ROX-210500 (QTY 1); CLIN 0007 Description: SYG GHOST 8 CORP, P/N: SGL-10212770 (QTY 16); CLIN 0008 Description: SYM GHOST 8 CORP MEDIA, P/N: SYM-10139342 (QTY 1); CLIN 0009 Description: MS WWF W2000 SERVER W/SP4 MEDIA, P/N: MWF-C11-03258 (QTY 1); CLIN 00010 Description: MS WWF EXCHANGE SERVER STD 2003 MEDIA, P/N: MWF-312-02810 (QTY 1); CLIN 0011 Description: ALLIED 8PT 10/100BTX SWITCH, P/N: ATS-AT-FS708-10 (QTY 16). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. The associated North American Industry Classification Systems (NAICS) code for this requirement is 423430 with a size standard of 100 employees. The quote is due by 22 December 2004. Award is anticipated by 26 December 2004 with a requested delivery date of 17 January 2005. FOB Destination to Receiving Officer, BLDG 8115, Villa Road Unit 11, St. Inigoes, MD 20684-0010. Inspection and acceptance shall be made at destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (JAN 2004) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 EVALUATION?COMMERCIAL ITEMS (JAN 1999) does not apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is considered to be most advantageous to the Government, price and delivery date will be considered. The following factors shall be used to evaluate offers: (1) Price. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (OCT 2003) is incorporated by reference and applies to this acquisition. The following addendum is added: YEAR 2000 COMPLIANCE (MAR 1999) (NAVAIR 5252.246-9503) (a) The Contractor shall ensure that all information technology, which will be required to perform date/time processing involving dates subsequent to December 31, 1999, shall: (1) be Year 2000 compliant or (2) if the Contracting Officer approves in writing, the identified information technology will be upgraded to be Year 2000 compliant prior to the earlier of: (1) the earliest date on which the information technology may be required to perform date/time processing involving dates later than December 31, 1999; and (2) Describe existing information that will be used with the information technology to be acquired and identify whether the existing information is Year 2000 compliant. (b) ?Year 2000 compliant? means, with respect to information technology, that the information technology accurately processes date/time data (including but not limited to, calculating, comparing and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, used in combination with the information technology being acquired, properly exchanges date/time data with it. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2004) applies to this acquisition. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C 3553). (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (5) 52.219-6, Notice of Total Small Business Set-Aside; (14) 52.222-19, Convict labor; (15) 52.222-19, Child Labor; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (25) 52.225-13, Restrictions on Certain Foreign Purchases; and (30) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addendum to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components?(1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241). **End of clause** DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (SEP 2004) is incorporated by reference. The Contractor agrees to comply with the following list of DFARS clauses, which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components: (1) 252.225-7001, Buy American Act and Balance of Payment Program. (b) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract, the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (10 U.S.C. 2241 note). The provision at 252.204-7004 Required Central Contractor Registration (NOV 2003) Alternate A applies to this solicitation. THIS NOTICE IS A REQUEST FOR COMPETITIVE QUOTES. Responsible interested parties may submit information in which they identify their interest and capability. Quotes are due to Johany Mojica, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 3:30 P.M. Eastern Standard Time, 22 December 2004. Facsimile proposals shall be accepted. The Government will not pay for any information received. For information regarding this solicitation contact Johany Mojica, Code 251222, Tele#301-995-8672 or via e-mail: johany.mojica@navy.mil. If an offeror is not able to contact the Contracting Office via e-mail, please fax correspondence/requests to the point of contact above @ facsimile (301-995-8670) or telephone (301-995-8672). **END SYNOPSIS/SOLICITATION # N00421-05-T-0020. **
- Place of Performance
- Address: 8115 Villa Rd., St.Inigoes, MD
- Zip Code: 20684
- Country: U.S
- Zip Code: 20684
- Record
- SN00723250-W 20041219/041217211919 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |