SOLICITATION NOTICE
J -- Extend Warranties on SANs Equipment - EMC Maintenance 2010-1 YR
- Notice Date
- 6/28/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, LANGLEY AFB, Virginia, 23606-4516, United States
- ZIP Code
- 23606-4516
- Solicitation Number
- ACCExtendWarrSANsJun28-2010
- Archive Date
- 7/15/2010
- Point of Contact
- SHELLEY DAVIS, Phone: 757-225-7713, Holly Prinzel, Phone: 757-225-7715
- E-Mail Address
-
shelley.davis@langley.af.mil, holly.prinzel@langley.af.mil
(shelley.davis@langley.af.mil, holly.prinzel@langley.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The spreadsheet is provided for you to input your prices, in accordance with paragraphs 5a and 5b of the synopsis. COMBINED SYNOPSIS/SOLICITATION 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; quotes are being requested and a written solicitation will not be issued. Due to lack of interest from small businesses for the original cancelled solicitation (ACCExtendWarrSANsJun7-2010), this requirement is now being solicited for full and open competition. This combined synopsis/solicitation is issued as a request for quotation (RFQ). The government requires the purchase of extended warranties on existing DMX SANs equipment (listed below) currently located at Offutt AFB and Langley AFB. Quotes must contain all line items, partial quotes will not be considered. Prospective offerors must be CCR registered and must complete the ORCA on-line representation or provide a copy of their representation and certification as required by FAR Clause 52.212.3. The North American Industry Classification System (NAICS) code for this requirement is 811212. 1. Description: The SANs equipment was purchased 4 Jun 2007. The warranty extensions will be 365 days beginning: Offutt AFB: 3 Jul 2010 Langley AFB: 24 Sep 2010 Manufacturer // QTY // Part # Being Covered // Description EMC // 1 // DMX3-DBDR-3D // DMX3 DRV BAY DCON 3D - PREMIUM HARDWARE SUPPORT EMC // 1 // DMX3-SYS24-3D // DMX3 24 SLOT SYS BAY 3D - PREMIUM HARDWARE SUPPORT EMC // 1 // DMX3-2DAPAIR // DMX3 DISK DIR 2 PAIR - PREMIUM HARDWARE SUPPORT EMC // 63 // DMX2G103001B // 300GB 10K 296.91GB ONEDRV - PREMIUM HARDWARE SUPPORT EMC // 287 // DMX2G101461B // 146GB 10K 144.81GB ONEDRV - PREMIUM HARDWARE SUPPORT EMC // 8 // SB-15-DCH // STOR BAY 15SLT DR ENCL - PREMIUM HARDWARE SUPPORT EMC // 16 // SB-15-DIR // STOR BAY 15SLT DR ENCL - PREMIUM HARDWARE SUPPORT EMC // 1 // DMX3-DBDC-3D // DMX3 DRV BAY DACHN 3D - PREMIUM HARDWARE SUPPORT EMC // 2 // DMX3-M9-16GB // DMX3 16GB MEM DIR - PREMIUM HARDWARE SUPPORT EMC // 2 // DMX3-M9-32GB // DMX3 32GB MEM DIR - PREMIUM HARDWARE SUPPORT EMC // 2 // DMX3-PWRMOD // DMX3 PWR MOD 24 SYS - PREMIUM HARDWARE SUPPORT EMC // 6 // DMX-ACON3P-50 // AC CONNECTOR 3 PHASE - PREMIUM HARDWARE SUPPORT EMC // 6 // SB-BBU // STOR BAY BATTERY BACK-U - PREMIUM HARDWARE SUPPORT EMC // 4 // DMX3-80000 // DMX3 8PT FC DIR 8M0S - PREMIUM HARDWARE SUPPORT EMC // // DISK RETENTION// DISK RETENTION EMC // 50 // CC-SYMPK-C04 // SYMM PKG 1TB (41-60TB) - PREMIUM SOFTWARE SUPPORT EMC // 1 // CC-SYMPK-BASE // SYMM PKG BASE LICENSE - PREMIUM SOFTWARE SUPPORT EMC // 1 // DMX3-SYS24-3D // DMX3 24 SLOT SYS BAY 3D - PREMIUM HARDWARE SUPPORT EMC // 168 // DMX2G101461B // 146GB 10K 144.81GB ONEDRV - PREMIUM HARDWARE SUPPORT EMC // 4 // DMX2G101462B // 146GB 10K 144.81GB MIRR - PREMIUM HARDWARE SUPPORT EMC // 16 // DMX2G103001B // 300GB 10K 296.91GB ONEDRV - PREMIUM HARDWARE SUPPORT EMC // 4 // DMX2G103002B // 300GB 10K 296.91GB MIRR - PREMIUM HARDWARE SUPPORT EMC // 2 // DMX3-M9-8GB //DMX3 8GB MEM DIR - PREMIUM HARDWARE SUPPORT EMC // 6 // SB-BBU // STOR BAY BATTERY BACK-U - PREMIUM HARDWARE SUPPORT EMC // 1 // DMX3-4DAPAIR // DMX3 DISK DIR 4 PAIR - PREMIUM HARDWARE SUPPORT EMC // 8 // DMX3-00040 // DMX3-4PT FICON DIR 4M - PREMIUM HARDWARE SUPPORT EMC // 12 // DMX3-PWRMOD // DMX3 PWR MOD 24 SYS - PREMIUM HARDWARE SUPPORT EMC // 2 // DMX3-DBDR-3D // DMX3 DRV BAY DCON 3D - PREMIUM HARDWARE SUPPORT EMC // //DISK RETENTION // DISK RETENTION EMC // 1 // CC-SYMPK-BASE // SYMM PKG BASE LICENSE - PREMIUM SOFTWARE SUPPORT EMC // 29 // CC-SYMPK-C03 // SYMM PKG 1TB (26-40TB) - PREMIUM SOFTWARE SUPPORT EMC // 8 // SB-15-DCH // STOR BAY 15SLT DR ENCL - PREMIUM HARDWARE SUPPORT EMC // 16 // SB-15-DIR // STOR BAY 15SLT DR ENCL - PREMIUM HARDWARE SUPPORT 2. Salient Characteristics: Premium Hardware/Software Maintenance 365 days a year with 24 hour phone support and 4 hour on site service for each location. 3. Delivery: Offutt AFB: 3 Jul 2010 Langley AFB: 24 Sep 2010 FOB: Destination POC for Delivery: Mr. David McClenney, ACC/A6O, 180 Benedict Ave, Langley AFB VA 23665 4. Evaluation: Award will be made to lowest priced offerors that will meet or exceed all required salient characteristics listed above. 5. The following provisions and Clauses are applicable: a. 52.212-1 Instructions to Offerors - Commercial Interested offeror must complete the attached spreadsheet to include all pricing. Total contract price will be calculated by adding all items on the list. b. 52.212-2 Evaluation - Commercial Items Evaluation will be based on the following factors: Lowest price meeting "equal to or better than" technical specifications. Total contract price will be calculated by adding all items on the list. Additionally, failure to provide pricing of all items as required on attachment 1, will result in offer being determined as unresponsive and will not be considered for award. c. 52.212-3 Offeror Representations and Certifications. Please include a completed copy of 52.212-3 or complete at https://orca.bpn.gov/ d. 52.212-4 Contract Terms and Conditions - Commercial Items e. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. f. 52.247-34 F.O.B. Destination g. 52.252-1 Solicitation Provisions Incorporated by Reference h. 52.252-2 Clauses Incorporated by Reference i. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items j. 252.246-7000 Material Inspection and Receiving Report k. 252.232-7003 Electronic Submission of Payment Requests WAWF Invoicing Instructions 1. All vendors/contractors must utilize the Wide Area Work Flow (WAWF) system for certification and payment of invoices. Please note that various codes need to be identified on the contract award document (SF 1449) before entering data in the WAWF system. These codes function like zip codes and will route our invoice to the proper destinations for certification and payment. The following is a summary of the codes, (DoDAAC is Department of Defense Activity Address Code). a. CAGE Code - identifies contractor information (may be found in block 17a) b. Admin/Issued By DoDAAC: FA4890 - identifies the administering Contracting Office - ACC AMIC (may be found in block 9, "Issued by"). c. Inspected By/Ship To/Deliver To DoDAAC: - F2QF22 identifies Inspected By & Ship To & Delivery To DoDAACs. Leave the EXT block blank. d. Pay DoDAAC: F67100 - identifies paying office, DFAS Limestone (may be found in block 18(a), "Payment will be made by"). 2. The WAWF system will ask for additional information not previously required for invoicing which includes: a. Inspection/Acceptance Points on the "Create New Document Screen" in WAWF: Mark D for Destination in both Inspection and Acceptance. b. Shipment Number/Shipment Date: In WAWF under the "Header" tab of the Create New Document Screen you will find a shipment number and shipment date block. We recommend the shipment number entered be sequential beginning with each fiscal year (i.e. invoice for Oct would be shipment 1, invoice for Nov would be shipment 2, and so on) and shipment date may be date of invoice. c. Stock Number: Type N/A in this space d. Type: Select appropriate choice within the drop down box 3. Contractors must prepare a combination invoice/receiving report (COMBO) electronically in WAWF. This will enable the invoice to be routed to DFAS at the same time the receiving report is routed to the customer (as stated in the contract for certification. 4. Invoices for cost reimbursable CLINS (i.e. Travel Costs) may also be submitted via WAWF, however, supporting documentation to validate costs billed must be electronically sent to ACC AMIC/PKA and customer stated in the contract. 5. Contractor shall submit one (1) Informational copy of all Invoices to ACC AMIC/PKA, 11817 Canon Blvd, Suite 306 Newport News VA 23606, ATTN: Shelley Davis or send an email notification via WAWF to shelley.davis@langley.af.mil 6. ACC AMIC/PKA will continue to serve as the liaison for payment issues. While we will no longer approve invoices, we will be able to monitor payment actions. Any questions regarding WAWF should first be directed to the Contract Manager or Contracting Officer to be resolved. 7. Request contractors submit email notices to the contract manager once an invoice/receiving report has been input into WAWF so that we can monitor the payment action. After you have completed processing the invoice within WAWF you will be taken to a screen showing who is receiving email notification from WAWF. On this screen you will see a line stating Add Additional Email Notification. If you click this you will be given the option to type in an email address. Once you have typed this address the persons name will stay with the contract until completion so you will not have to retype this name each time you input a new invoice. This person will receive an email notification each time you input an invoice against this contract. Any questions should be directed to your contract manager or the Contracting Officer. l. 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Eric Thaxton, (757) 574-5371, 129 Andrews St. Langley AFB, VA, eric.thaxton@langley.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 7. Vendor quotes should be valid for at least 30 days from close of this announcement. All questions related to this posting must be forwarded, in writing, to Contract Manager, Ms. Shelley Davis, 757-225-7713 shelley.davis@Langley.af.mil or Ms Holly Prinzel, 757-225-7715, holly.prinzel@langley.af.mil. Quotes will be accepted via email only NLT 30 June 2010, 5:00 PM Eastern Standard Time. Recommend that you call to verify receipt of quotes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/ACCExtendWarrSANsJun28-2010/listing.html)
- Place of Performance
- Address: 55 CS/SCXSA, Bldg 301D Area 18, Offutt AFB NE 68113-2040;, HQ ACC/A6O, 180 Benedict Ave, STE 210, Langley AFB VA 23665, United States
- Zip Code: 23665
- Zip Code: 23665
- Record
- SN02190470-W 20100630/100628235438-d88ad0498a6748274b3320846f701a3b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |