Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2013 FBO #4298
SOLICITATION NOTICE

58 -- Small Routers - FA8751-13-Q-0369

Notice Date
8/29/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-13-Q-0369
 
Archive Date
9/19/2013
 
Point of Contact
Jerry R. Kalka, Phone: 3153304055
 
E-Mail Address
jerry.kalka@us.af.mil
(jerry.kalka@us.af.mil)
 
Small Business Set-Aside
Economically Disadvantaged Woman Owned Small Business
 
Description
FA8751-13-Q-0369 Atch 2 Representations & Certifications Addendum FA8751-13-Q-0369 Atch 1 List of Materials 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-13-Q-0369 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20130808. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as an Economically Disadvantaged Woman Owned Small Business (EDWOSB) set-aside. For reference, the NAICS code is 334210 and small business size standard is 1000 employees. The contractor shall provide, on a Firm Fixed Price (FFP) basis, including the cost of shipping FOB Destination, the items (or equal) listed in Attachment 1 and the additional technical information specified below. The specifications in Attachment 1 are provided on a brand name or equal basis and describe the characteristics and level of quality of a technically acceptable solution. All items in the offeror's solution must be interoperable with an environment characterized by Cisco products and SmartNet maintenance. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is within 45 days after receipt of order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The places of delivery, acceptance, and FOB Destination point is Shaw AFB SC 29152. The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET) WED 04 SEP 2013. Submit by email to Jerry.Kalka@us.af.mil or by mail to AFRL/RIKO, Attn: Jerry Kalka, 26 Electronic Parkway, Rome NY 13441-4514, or by facsimile to: 315-330-2555. Offerors are encouraged to submit quotes using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate the capability of the solution being offered. Include product literature and other documentation necessary to (i) demonstrate compliance with the specifications, (ii) verify authenticity of the products being offered and the sourcing method to be used, (iii) demonstrate interoperability with an environment characterized by Cisco products and Smartnet Maintenance, (iv) ensure configuration accuracy, and (v) ensure delivery without partial shipments. (b)(10) Submit past performance information for contracts completed within the previous 3 years for efforts relevant in terms of scope and magnitude to this requirement. Please include contract/project numbers, current points of contact with telephone numbers and email, a brief contract/project description, and any other relevant information. (b)(12) If the offer is not submitted on the SF1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate the offer and award a contract without discussions with the offeror. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) System for Award Management (SAM). Offerors must be registered in the SAM database to receive a contract award. If an offeror does not register in the SAM database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within paragraph (a), the following factors shall be used to evaluate the offer: (i) Price, (ii) Technical Acceptability, and (iii) Past Performance. When combined, technical acceptability and past performance are approximately equal in importance to price. The Government anticipates awarding a contract to the lowest priced technically acceptable offeror with acceptable past performance. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, FAR 52.212-3 Alternate I, and DFARS 252.209-7995 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law - Fiscal Year 2013 Appropriations (Deviation 2013-O0010). For your convenience all referenced certifications are attached to this solicitation. 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. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Representation 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - System for Award Management The following FAR and FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.247-7023, Transportation of Supplies by Sea Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea 5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-13-Q-0369/listing.html)
 
Record
SN03169123-W 20130831/130830001105-ede254a0b5d95931a6d23f6e0e242af2 (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.