Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2011 FBO #3563
SOLICITATION NOTICE

70 -- ESX Memry Upgrade - Clin Structure - Combined Synopsis Solicitation

Notice Date
8/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-11-Q-0168
 
Point of Contact
Joshua J. Bell, Phone: 7177706081
 
E-Mail Address
joshua.bell@dla.mil
(joshua.bell@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis Solicitation Clin Structure 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. This solicitation is issued as a request for quote, solicitation number SP3300-11-Q-0168. The DLA Information Operations New Cumberland has a current requirement to provide ESX Memory Upgrades. Theses memory upgrades will provide additional capability for a infrastructure that is currently being utilized throughout DLA. This is a small business set aside for vendors that can provide the ESX Memory Upgrades to meet the requirements specified. The NAICS code is 334111 with a small business size standard of 1000 employees. This is a brand name or equal procurement. The brand name part numbers are supplied. See attached continuation of supplies and services (attachment #1) and specifications (attachment #2). Note: The required delivery date is 30 days from the receipt of award. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. See Attachment #1 Schedule of supplies and services for CLIN identification. See Attachment #2 Specification. Offerors shall provide a firm fixed unit price for each CLIN and the total amount inclusive of shipping cost FOB destination. Delivery is required 30 days after receipt of order to J6N Information Operations, Attn: Harry Pfeffer, Building 54-2, M Ave., Door 8, New Cumberland, PA 17070. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-53 effective 04 August 2011, Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice DPN 20110725 effective 25 July 2011, and Defense Logistics Agency Directive (DLAD) current to revision 5 and PROCLTR 2011-19. The complete text of the clauses and provisions in this notice may be accessed in full text at http://farsite.hill.af.mil. The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text: FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards. FAR 52.211-6 - Brand Name or Equal (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. Addenda to 52.212-4; the following clauses apply: The following clause is herby referenced by full text: DLAD 52.233-9000 Agency Protest (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 Disputes: Agreement to use Alternative Dispute Resolution (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) The following clauses are incorporated by reference: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (in paragraph (b) the following clauses apply: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration FAR 52.247-34 FOB Destination DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: FAR 52.203-3 Gratuities DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.243-7002 Request for Equitable Adjustment DLAD 52.247-901 Requirements for Treatment of Wood Packaging Material (WPM). These clauses may be viewed at http://farsite.hill.af.mil/. Additional required clauses other than those above may be included as Addenda on the award document. QUOTE SUBMISSION INSTRUCTIONS: Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Unit Price and extended prices for all CLINS (Attachment #1); (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this announcement). 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13-106-2 Evaluation of Quotations or Offers. The Government intends to evaluate quotes in response to this quotation without discussions and will award one firm-fixed price contract to the lowest price technically acceptable offeror whose quote represents the total overall lowest price for all CLINS. Therefore to be considered for award offerors are required to submit descriptive literature that clearly indicates the products offered meets the minimum requirements/salient characteristics in accordance with attachment 1. This information will be used to determine technical acceptability. Technical information shall be evaluated on a go/no go basis and will not be rated. Any offeror who has been determined acceptable (go) on their technical information will then have its quote evaluated for price. All questions and inquiries should be addressed via email to joshua.bell @dla.mil. Request for Quote Number SP3300-11-Q-0168. Prices and representations/certifications are required NLT 1:00 PM EST on September 7, 2011. This information should be submitted to the above email address or faxed to 717-770-7591. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database in accordance with FAR 52.212-1(k) and DFARS 204.1104. Registration may be completed online at: www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-11-Q-0168/listing.html)
 
Place of Performance
Address: 2001 Mission Drive, New Cumberland, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN02550823-W 20110827/110826001144-7174c4057136ffa2174f0dda26c60c89 (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.