Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2012 FBO #3841
SOLICITATION NOTICE

J -- EMC CX500 Maintenance and Support - EMC Support Statement of Work

Notice Date
5/29/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
F3HRA11333A001
 
Archive Date
6/27/2012
 
Point of Contact
Joshua M. Largent, Phone: 4022327844
 
E-Mail Address
joshua.largent@offutt.af.mil
(joshua.largent@offutt.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
EMC CX500 Maintenance and Support Statement of Work Description: 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. Solicitation number F3HRA11333A001 is issued as a request for quotation. Funds are currently available. Quotations must be good for 30 days after the closing post date. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. The North American Industry Classification System (NAICS) code is 811212. This is a 100% small business set aside. The business size standard is $25.5M. This is a Request for Quotation (RFQ) for the following items: CLIN 0001: Provide hardware/firmware/software parts, maintenance and updates to existing hardware. In accordance with the attached Statement of Work (SOW). Specific parts identified in 2.1 of the SOW. Period of Performance : July 01, 2012 - June 30, 2013. CLIN 1001: Option Year 1. Provide hardware/firmware/software parts, maintenance and updates to existing hardware. In accordance with the attached Statement of Work (SOW). Specific parts identified in 2.1 of the SOW. Period of Performance: July 1, 2013 - June 30, 2014 CLIN 2001: Option Year 2. Provide hardware/firmware/software parts, maintenance and updates to existing hardware. In accordance with the attached Statement of Work (SOW). Specific parts identified in 2.1 of the SOW. Period of Performance: July 1, 2014 - June 30, 2015 Pricing shall be submitted using months as a unit of issue. There are 12 months for each CLIN, 36 months total. Quotes will be evaluated based on total price, including option periods. Contractor must be registered in Central Contractor Registration (CCR) prior to award. If not already registered in CCR, go to WWW.CCR.GOV to register prior to submitting quote. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL BIDS. PARTIAL BIDS SHALL BE IDENTIFIED AS PARTIAL BIDS. The clause at FAR 52.204-9, Personal Identity Verification of Contractor Personnel; 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition along with 52.212-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and the clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this acquisition. FAR 52.211-6 Brand Name or Equal also applies to this solicitation. In addition, the following FAR clauses cited in 52.212-5 are applicable: 52.222-3 Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-41, 52.222-50, Combating Trafficking in Persons; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party. The clause at FAR 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.247-34 F.O.B. Destination; 52.252-1 Solicitation Provisions incorporated by reference; 52.252-2 Clauses incorporated by reference; 52.253-1, Computer Generated Forms; applies to this acquisition. The following DFARS clauses also apply to this acquisition: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7004 Alt A Required Central Contracting Registration; 252.243-7001 Pricing of Contract Modifications (DEC 1991); 252.212-7001, Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. In addition, the following DFARS clauses cited in 252.212-7001 are applicable: 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181); 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). The following AFFARS clauses also apply to this acquisition: 5352.201-9101 Ombudsman (AUG 2005) and FAR 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS). 52.219-6 Notice of Total Small Business Set-Aside; 52.219-1 Small Business Program Representation; 52.219-28 Post-Award Small Business Program Rerepresentation. Offers are due by 1:00 p.m. CST Friday 12 June 2012. Quotes must be valid for 30 calendar days after the closing post date. Interested parties may identify their interest and capability to respond to this requirement or submit proposals. Quotes should be submitted via email to: joshua.largent@offutt.af.mil or fax to number (402) 294-7280. Address any questions to A1C Joshua Largent (402)232-7844.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/F3HRA11333A001/listing.html)
 
Place of Performance
Address: 14 Weather Squadron, Asheville, North Carolina, United States
 
Record
SN02760318-W 20120531/120529235309-f491a4d44714ca110eaeb87dc442776d (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.