Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2011 FBO #3570
SOLICITATION NOTICE

70 -- GD8000 Rugged Notebooks/Laptops - Attachments to Synopsis/Solicitation

Notice Date
9/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902 Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
F3PT731181A002
 
Archive Date
9/24/2011
 
Point of Contact
John T. Moua, Phone: 210-652-9106, Vivian Fisher, Phone: 210 652-5171
 
E-Mail Address
john.moua@randolph.af.mil, vivian.fisher@us.af.mil
(john.moua@randolph.af.mil, vivian.fisher@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Justification & Approval Description of Supplies The 902d Contracting Squadron at Randolph AFB, Texas has a brand name requirement for Forty-six (46) GD8000 Rugged Notebooks/Laptops in accordance with the specifications listed in the attached Description of Supplies and Justification and Approval (J&A). 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5 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. 2. This solicitation is issued as Request for Quotation (RFQ) number F3PT731181A002. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. 4. The associated North American Industry Classification System Code (NAICS) is 334111; size standard 1,000 employees/dollars. 5. This combined synopsis/solicitation is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. 6. Description of Supplies: CLIN 0001: GD8000-01G: GD8000 Fully Rugged Notebook, 1.86GHZ Core 2 DUO, 13.3" LED-Backlit XGA DYNAVUE TOUCHSCREEN DISPLAY CLIN 0002: GD8000-02U: 4GB of DDR3, (2x2048) Total & 128GB SSD CLIN 0003: GD8000-03F: PC Card & DVD/CD Multi Drive & Smart Card CLIN 0004: GD8000-06N: Custom Gold Disk Image & Standard Bios CLIN 0005: GD8000-10J: General Dynamics Itronix: WLAN+ CLIN 0006: 10-0175-003-GD8EMPD: General Dynamics Itronix: 3 Year Emerald Plus DOD Service 7. Desired Delivery is: 30 Days After Date of Contract. Include proposed delivery in quote. Delivery address is: 651 Northwest Thruway Hanger 73 Randolph AFB TX 78150 8. In accordance with the provision at 52.212-2, Evaluation -- Commercial Items, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; 9. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. 10. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR site, http://farsite.hill.af.mil: 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and 5352.201-9101 Ombudsman. The following clauses and provisions are applicable to the resulting contract: 52.212-4 Contract Terms and Conditions -- Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 5352.201-9101 Ombudsman. 11. Payment information: Invoices for supplies/services rendered are submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF). Offerors shall self-register at the web site https://wawf.eb.mil. Training is available on the internet at http://wawftraining.com. For more information, call 1-866-618-5988. 12. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Offers shall propose on all items. Only firm fixed price offers will be evaluated. Any offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. 13. Interested parties capable of providing the requirement MUST submit a written quote to include their tax identification number (TIN), CAGE code, DUNS, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ/solicitation, as prescribed in DFARS 252.204-7004 Alternate A, the contractor must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. 14. All responsible sources may submit a quote. Written quotes must be received no later than 09 Sep 2011, 1200 p.m. Central Time and reference the solicitation listed above. Late quotes/offers will not be considered. 15. Points of Contact: John Moua, Contracting Specialist, Phone 210-652-5180, Fax 210-652-5135, Email: john.moua@us.af.mil. Contracting Officer: Vivian Fisher, Phone 210-652-5171.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3PT731181A002/listing.html)
 
Place of Performance
Address: 651 Northwest Thruway, Hanger 73, Randolph AFB TX 78150, Randolph AFB, Texas, 78150, United States
Zip Code: 78150
 
Record
SN02559492-W 20110903/110902102641-93215cf3461cdf5b7e722542e58602b4 (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.