SOLICITATION NOTICE
70 -- Two Degausser - Solicitation for two Degausser
- Notice Date
- 7/16/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8604-12-M-7087-2
- Archive Date
- 11/1/2012
- Point of Contact
- Colette Bergin, Phone: 9376567406
- E-Mail Address
-
colette.bergin@wpafb.af.mil
(colette.bergin@wpafb.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Copy of the Synopsitation DESCRIPTION: COMBINED SYNOPSIS/SOLICITATION 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. The Government reserves the right to award without discussions. The solicitation document, FA8604-12-M-7087-2, is a Request for Quotes (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-59 (18 May 2012). The associated NAICS code is 334119, small business size standard is: 1,000 people. This RFQ is a 100% total small business set-aside. This requirement is for the following products: CLIN QTY Item Description 0001 2 HD-5T Degausser (120V) - Must meet specs as listed below. 0002 2 DB-4000 Disk Drive Bender (120V) with warranty: 1 Year, parts and labor, ON-SITE Service 0003 2 Degauss and Destroy Mobile Cart DEGAUSSER SPECIFICATIONS 1. Degausser must be listed in the National Security Agency EPL-Degausser as meeting the requirement for purging classified/sensitive information from tape media up to 2800 Oersted and from longitudinal (l) and perpendicular (p) recorded hard disk media up to 5000 Oersted. All data media/tape drives must be COMPLETELY UNRECOVERABLE and as such the requirements specified herein must exceed the NSA standards as set forth below: 2. Degausser must accept hard drives and tapes up to 1 inch high by 4 inches wide by 6 inches deep without disassembly. 3. The Disk Coercivity must be 5000 Oersted Longitudinal and the Tape Coercivity must be 2800 Oested. The Tape Capacity must be able to accept at least 2 tapes simultaneously. 3. Degausser must not require adapters. 4. Degausser must be a "Capacitive Discharge" operation, with the magnetic field present for less than 1 second. The magnetic field must be able to be turned off. 5. Degausser must have NO moving parts. 6. Degausser must have an illuminated POWER switch, numerical STRENGTH display, and NORMAL, FAULT, OPEN and CLOSE indicators. 7. Degausser must have an Internal Magnetic Field Verification to provide a numerical display of the magnetic field strength to indicate the unit is operating at its peak for each cycle. The effective Magnetic Field must be a minimum 25,000 Gauss w/Internal Field Verification and produces both positive and negative magnetic field of at least 25,000 Guass in each direction. The Magnetic Field Exposure must be >.05 Gauss. 8. Degausser must have a footprint no greater than 10" x 26.9" to save on storage expenses. 9. Degausser must be a Table Top Electromagnetic Degausser and must weigh less than 150 pounds. 10. Degausser must be 120V, 60Hz, 3 Amps 11. Degausser must retain energy between cycles, reducing the amount of energy consumed and providing a GREEN Energy Efficient degausser. 12. Degausser throughput of 120 Hard Drives, 120 tapes per hour. 13. The erasure time must be 45 seconds first cycle, and 30 seconds thereafter. Open Market pricing is required. Delivery is 30 days After Receipt of Order (ARO) Ship to: DLA, 5250 Pearson Road, Bldg 207, Room 207, Wright-Patterson AFB, OH 45433 and DLA Transaction Services, 25600 Chrisman Road, Tracy, CA 95304, FOB Destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies The provision at 52.212-2, Evaluation--Commercial Items, applies; the only evaluation factor being price. 52.212-3, Offeror Representations and Certifications - Commercial Items. If offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov, offeror shall complete and submit only paragraphs 52.212-3(b), Offeror Representations and Certifications--Commercial Items, (below) with the offer. (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] If an offeror has not completed the annual representations and certificates electronically at the ORCA website, the offeror shall complete and submit only paragraphs 52.212-3 (c) through (o). The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition Award will be made to the lowest price, technically acceptable, responsive, responsible offeror. Anticipated Award Date is: 1 August 2012 Ms. Janet Miller has been appointed as Ombudsman. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or source selection process and does not diminish the authority of the contracting officer. Any questions or concerns about this solicitation should first be directed to the buyer at the e-mail address or phone number listed below or contact the Ombudsman at (937) 255-5472 or via email at: Janet.Miller@wpafb.af.mil. Proposals are due by 1:00 p.m. EST, 19 July 2012. Proposals shall be sent via email to Colette.bergin@wpafb.af.mil. Any questions regarding this acquisition should be directed to Colette Bergin (937) 656-67406 or by e-mail.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-12-M-7087-2/listing.html)
- Place of Performance
- Address: WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02804331-W 20120718/120716235534-09cea29c76d5bc653e012de07f6140cd (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 |