Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2010 FBO #3281
SOLICITATION NOTICE

70 -- EMC Equipment Upgrade

Notice Date
11/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
F1D3560300A901
 
Archive Date
12/23/2010
 
Point of Contact
Vincent L. Johnson, Phone: 3019814229, DJaris Gladden, Phone: 3019812315
 
E-Mail Address
vincent.johnson@afncr.af.mil, djaris.gladden@afncr.af.mil
(vincent.johnson@afncr.af.mil, djaris.gladden@afncr.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
EMC Equipment Upgrade 1. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number F1D3560300A901 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-46. 2. This solicitation has been 100% set aside for Service Disabled Veteran Owned Small Businesses. The North American Industry Classification System (NAICS) code is 334119, Other Computer Peripheral Equipment Manufacturing, and the business size standard is 1,000 employees. 3. The Government will award a firm fixed price contract for Air Force Automated Education Management System (AFAEMS) equipment upgrade for Langley AFB, VA and is procuring the following: Contract Line Item Number 0001: Part Number DMX2G103008BU Quantity/Units - 1 each Item description: 300GB 10K 2078.37GB 7+1U Contract Line Item Number 0002: Part Number PS-BAS-CEBLK Quantity/Units - 2 each Item description: EMC CUSTOMER ENGINEER 4 HOUR BLOCK Contract Line Item Number 0003: Part Number PS-BAS-PMBLK Quantity/Units - 2 each Item description: COMMERCIAL PMGMT 4HRS QS Contract Line Item Number 0004: Part Number DL1000S-DAEFD Quantity/Units - 1 each Item description: EDL 4G DAE W/(15) 1TB 7.2K SATA DISK-FIELD INSTALL *Note: Contract Line Item Numbers (CLIN) 0001-0004 are EMC brand name only. Contract Line Item No substitutions will be accepted. Delivery Date is 60 days after date of contract Location: 633 CS-DMC LANGLEY AFB VA Comm. Phone: 301-981-4327 FOB: Destination 4. It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3 (Oct 2010), Offeror Representations and Certifications Commercial Items, with their offer. FAR 52.212-3(Oct 2010) can be downloaded from the internet: http://farsite.hill.af.mil/ or from http://orca.bpn.gov, if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 (Jun 2005) Offeror Representations and Certifications - Commercial Items. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR provisions are applicable: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial; 52.212-2 (Jan 1999), Evaluation -- Commercial Items applies to this acquisition. EVALUATION PROCEDURES. The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation, is Lowest Price Technically Acceptable (LPTA): An award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors (e.g. meets or exceeds manufacturer's specifications, whenever a specific manufacturer's brand name/part number is referenced), and is able to meet the delivery requirement of 60 days upon receipt of order. The government may communicate with an offeror in order to clarify or verify information submitted in their offer.; FAR 52.252-1(Feb 1998), Solicitation Provisions Included by Reference. The following FAR clauses are applicable: FAR 52.252-2(Feb 1998), Clauses Included by Reference; FAR 52.212-4 (Jun 2010), Contract Terms and Conditions - Commercial Items, with addendum; FAR 52.212-5 (Oct 2010), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jul 2010) (DEV), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.219-6 (Jun 2003), Notice of Total Small Business Set Aside; 52.222-3 (Jun 2003), Convict Labor; 52.222-19 (Jul 2010), Child Labor-Cooperation with Authorities and Remedies; 52.222-21(Feb 1999), Prohibition of Segregated Facilities; 52.222-26 (Mar 2007) - Equal Opportunity; 52.222-35 (Sep 2010) - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 (Oct 2010) - Affirmative Action for Workers With Disabilities; 52.222-37 (Sep 2010)- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.223-3 (Jan 1997), Hazardous Material Identification and Material Safety Data; 52.223-9 (May 2008) - Estimate of Percentage of Recovered Material Content for EPA-Designated Products; 52.225-13 (Jun 2008), Restrictions on Certain Foreign Purchases; 52.232-33(Oct 2003) - Payment by Electronic Funds Transfer--Central Contractor; 52.233-4 - (Jul 2006) Applicable Law For Breach Of Contract Claim. The clause at DFARS 252.212-7001 (Nov 2010), Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 (Jan 2009) - Buy American Act and Balance of Payments Program; 252.232-7003 (Mar 2008)- Electronic Submission of Payment Requests; 252.232-7010 (Dec 2006) Levies on Contract Payments and 252.247-7023 (May 2002)- Transportation of Supplies by Sea, Alternate III. The following DFARS clause is hereby incorporated into this solicitation: 252.204-7004 (Sep 2007), Required Central Contractor Registration. NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. The following AFFARS clause applies to this acquisition: 5352.242-9000 (Aug 2007), Contractor Access to Air Force Installations. The following local clauses apply to this acquisition: 11CONS-004, Environmental Compliance, 11CONS-007, Personnel Security Requirements and 11CONS-010 WAWF Instructions and 5352.201-9101 OMBUDSMAN (Aug 2005). 5. All quotes must be sent via electronic mail (email) to points of contact Vincent Johnson at Vincent.Johnson@afncr.af.mil and D'Jaris Gladden at djaris.gladden@afncr.af.mil or sent by facsimile (fax) at 301-981-1910. Quotes shall be submitted no later than 12:00 PM EDT, 8 December 2010. All questions must be sent via electronic mail (email) to points of contact Vincent Johnson at Vincent.Johnson@afncr.af.mil and D'Jaris Gladden at djaris.gladden@afncr.af.mil no later than 12:00 PM EDT, 22 November 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D3560300A901/listing.html)
 
Place of Performance
Address: 633 CS-DMC, Langley AFB, VA 23665, Langley AFB, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN02327919-W 20101118/101116234102-79f501a37e83c8052008f2dff54a7c29 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.