SOLICITATION NOTICE
70 -- IBM Analyst Notebook License
- Notice Date
- 8/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
- ZIP Code
- 20762
- Solicitation Number
- F1ATC82156A001
- Archive Date
- 9/30/2012
- Point of Contact
- Paul A. Schiele, Phone: 2406126182, Debra Weems,
- E-Mail Address
-
paul.schiele@afncr.af.mil, Debra.Weems@afncr.af.mil
(paul.schiele@afncr.af.mil, Debra.Weems@afncr.af.mil)
- Small Business Set-Aside
- HUBZone
- Description
- Competitive Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Proposal (RFP) and the reference number is F1ATC82156A001. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Proposal (RFP) and the reference number is F1ATC82156A001. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. The North American Industry Classification System code is 423430 with a business size standard of 500 employees. The proposed contract is brand name only and will be 100 percent set-aside for Hub-Zone certified small business. CONTRACT LINE ITEMS: LINE ITEM 0001 Licenses and 1 year support for IBM (i2) Analyst Notebook Software. QTY: Eight EA INSPECTON AND ACCEPTANCE TERMS: Items shall be priced FOB destination. Services shall be accepted at Air Force Intelligence Analysis Agency, 240 Luke Ave, Bldg 1304 Joint Base Bolling AFB, DC 20032,. FAR PROVISIONS: The provision at 52.212-1, Instructions to Offerors-Commercial Items Feb (2012) and Addendum to FAR 52.212-1 applies to this acquisition are as follows: 52.237-1, 52.252-1 http://farsite.hill.af.mil, 52.252-2, 52.252-5, 52.252-6: (b) DFARS (Chapter 2), and 252.225-7000. FAR 52.212-2 Evaluation Commercial Items. (Jan 1999) EVALUATION PROCEDURES: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforms to the solicitation and price is determined most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. This is a brand name requirement only, all other substitutions will be rejected, interested parties must submit clear and convincing descriptive literature demonstrating the capabilities to satisfy the requirement specified above. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. Non-conformance with this requirement may result in the offerors proposal being determined unacceptable. FAR 52.212-3 "Offeror Representations and Certifications-Commercial Items" (April 2012) applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in Online Representation and Certifications Application (ORCA). An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at ORCA. If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-3 Alt I (April 2011) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) or (c)(10) of this provision.) [The offeror shall check the category in which its ownership falls]: ____ Black American. ___ Hispanic American. ___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory or the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ___ Individual/concern, other than one of the preceding. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items Feb (2012) is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.219-3 HUBZone set-aside, 52.247-34, 52.252-2, http://farsite.hill.af.mil, 52.252-6: (b) DFARS (Chapter 2), 252.204-7003,, 252.212-7001 (DEV): 252.225-7000, 252.225-7001, 252.225-7001, 252.232-7003, 252.232-7010, 252.243-7001 and 5352.201-9101: (c) Col Timothy Applegate, 1500 West Perimeter Rd, Suite 5760 JB Andrews 20762. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, (DEVIATION) apply to this acquisition. Notice to Offerors: This requirement is subject to the availability of funds, therefore, all quotes shall be valid until 30 September 2012. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. Contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.eb.mil. All responses must be received by 4:00 P.M. Eastern Standard Time (EST) on 4 Sept 2012. Only written responses will be considered. Quotations can be mailed to the 1500 West Perimeter Rd Suite 2750 JB Andrews, MD 20762 or emailed to the contract specialist listed below. An official authorized to bind your company shall sign and date the quotation. Questions concerning this solicitation should be addressed in writing to MSgt Paul Schiele, not later than 22 August 2012, 12:00pm, paul.schiele@afncr.af.mil, phone (240) 612-6182 or Debra Weems, Phone (240) 612-6173, or e-mailed to debra.weems@afncr.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F1ATC82156A001/listing.html)
- Place of Performance
- Address: 240 Luke Ave, Bldg 1304, Bolling AFB, District of Columbia, United States
- Record
- SN02844431-W 20120819/120817235502-a34f907b27ecdec870406cdefd6d72c7 (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 |