SOLICITATION NOTICE
R -- Fluke Gold Support
- Notice Date
- 8/19/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- #541519
— Other Computer Related Services
- Contracting Office
- Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
- ZIP Code
- 92518-2031
- Solicitation Number
- HQ003041900004000
- Archive Date
- 9/17/2014
- Point of Contact
- Milagros C. Halstead, Phone: 9514132509, Susan M. Madrid, Phone: 951-413-2371
- E-Mail Address
-
Milagros.Halstead@dma.mil, susan.madrid@dma.mil
(Milagros.Halstead@dma.mil, susan.madrid@dma.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FLUKE NETWORK GOLD SUPPORT 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; quotes are being requested and a written solicitation will not be issued. a. Solicitation Number HQ003041900004000 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-76, effective 25 July 2014 and DFARS Change Notice 20140805. c. This procurement is unrestricted, associated with NAICS Code 541519, and small business size standard of $27,500,000.00 d. Description: Note: THIS IS BRAND NAME. SAP JUSTIFICATION AND APPROVAL - will be provided upon request. FILL IN ALL UNIT PRICE AND TOTALS. CLIN 0001 OPTIVIEW XG Network Appliance: Fluke - Networks GLD-OPVXG-10G; G FFP OPTIVIEW XG Network Appliance: Fluke - Networks GLD-OPVXG-10G; GOLD SUPPORT, OPVXG-10GB; SERIAL NUMBER: 1818004. POP: 9/21/2014 to 9/20/2015. 1 EA @_______________ = $_____________ CLIN 0002 OPTIVIEW XG Network Appliance Fluke - Networks GLD-OPVXG; GOLD SU FFP OPTIVIEW XG Network Appliance Fluke - Networks GLD-OPVXG; GOLD SUPPORT, OPVXG-1GB; SERIAL NUMBER: 1818003. POP: 9/21/2014 to 9/20/2015. 1 EA @_______________ = $_____________ CLIN 0003 OPTIVIEW MANAGEMENT APPLIANCE: Fluke - Networks GLD-OPVS3-WGA; GO FFP OPTIVIEW MANAGEMENT APPLIANCE: Fluke - Networks GLD-OPVS3-WGA; GOLD PRODUCT SUPPORT, OPVS3-WGA; SERIAL NUMBER: 9777304. POP: 9/21/2014 to 9/20/2015. 1 EA @_______________ = $____________ CLIN 0004 (OPTION) OPTIVIEW XG Network Appliance: Fluke - Networks GLD-OPVXG-10G; G FFP OPTIVIEW XG Network Appliance: Fluke - Networks GLD-OPVXG-10G; GOLD SUPPORT, OPVXG-10GB; SERIAL NUMBER: 1818004. POP: 9/21/2015 to 9/20/2016. 1 EA @_______________ = $_____________ CLIN 0005 (OPTION) OPTIVIEW XG Network Appliance Fluke - Networks GLD-OPVXG; GOLD SU FFP OPTIVIEW XG Network Appliance Fluke - Networks GLD-OPVXG; GOLD SUPPORT, OPVXG-1GB; SERIAL NUMBER: 1818003. POP: 9/21/2015 to 9/20/2016. 1 EA @_______________ = $_____________ CLIN 0006 (OPTION) OPTIVIEW MANAGEMENT APPLIANCE: Fluke - Networks GLD-OPVS3-WGA; GO FFP OPTIVIEW MANAGEMENT APPLIANCE: Fluke - Networks GLD-OPVS3-WGA; GOLD PRODUCT SUPPORT, OPVS3-WGA; SERIAL NUMBER: 9777304. POP: 9/21/2015 to 9/20/2016. 1 EA @_______________ = $____________ CLIN 0007 (OPTION) OPTIVIEW XG Network Appliance: Fluke - Networks GLD-OPVXG-10G; G FFP OPTIVIEW XG Network Appliance: Fluke - Networks GLD-OPVXG-10G; GOLD SUPPORT, OPVXG-10GB; SERIAL NUMBER: 1818004. POP: 9/21/2016 to 9/20/2017. 1 EA @_______________ = $_____________ CLIN 0008 (OPTION) OPTIVIEW XG Network Appliance Fluke - Networks GLD-OPVXG; GOLD SU FFP OPTIVIEW XG Network Appliance Fluke - Networks GLD-OPVXG; GOLD SUPPORT, OPVXG-1GB; SERIAL NUMBER: 1818003. POP: 9/21/2016 to 9/20/2017. 1 EA @_______________ = $_____________ CLIN 0009 (OPTION) OPTIVIEW MANAGEMENT APPLIANCE: Fluke - Networks GLD-OPVS3-WGA; GO FFP OPTIVIEW MANAGEMENT APPLIANCE: Fluke - Networks GLD-OPVS3-WGA; GOLD PRODUCT SUPPORT, OPVS3-WGA; SERIAL NUMBER: 9777304. POP: 9/21/2016 to 9/20/2017. 1 EA @_______________ = $_____________ e. Delivery and acceptance will be made at location: SHIP TO: HQ0030 AFN-BC RANDOLPH R. STANLEY 23755 Z STREET RIVERSIDE CA 92518-2031 TEL: 951-413-2335 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (FEB 2012) applies to this acquisition. Para (k) requires current registration in the System for Award Management (SAM) (formerly the Central Contractor Registration ( CCR) database at https://www.acquisition.gov. g. FAR Provision 52.212-2 Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. CPARS, PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (DEC 2012). Electronic ORCA is available at the System for Award Management (SAM) (formerly ORCA) database at https://www.acquisition.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (May 2014) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (May 2014) FAR 52.217-9 (Option to Extend the Term of the Contract)(Mar 2000) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (May 2014) FAR 52.225-5 Trade Agreements (Nov 2013) FAR 52.225-6 Trade Agreements Certificate ( May 2014) FAR 52.225-18 Place of Manufacture (Sep 2006) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (Jul 2013) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (Feb 2014) DFARS 252.232-7003 (Electronic Submission of Payment Request) (Jun 2012) DFARS 252.246-7000 (Material Inspection and Receiving Report) (Jun 2013) DFARS 252.204-7004 (Alternate A, System For Award Management) (Feb 2014) DFARS 252.204-7007 (Alternate A, Annual Representations and Certification (May 2013) DFARS 252.209-7997 (Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - DoD Appropriations (Jun 2013) Applicable FAR and DFARS clauses required by regulations, in addition to Local DMC clauses, 52.0100-4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006) will be included. j. The DPAS rating is: N/A k. QUOTATIONS ARE DUE BY 2:00PM PACIFIC STANDARD TIME ON 4SEPT 2014 IN ORDER TO BE CONSIDERED. Send quotation responses to Milagros Halstead at milagros.halstead@dma.mil or via fax to (951) 413-2432. Assistance or questions about this announcement may be telephonically addressed at (951) 413-2509. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/406f85114f5f6902d739ab4581c94a15)
- Place of Performance
- Address: HQ0030 AFN-BC, RANDOLPH R. STANLEY, 23755 Z STREET, RIVERSIDE CA 92518-2031, TEL: 951-413-2335, RIVERSIDE, Colorado, 92518-2031, United States
- Zip Code: 92518-2031
- Zip Code: 92518-2031
- Record
- SN03470332-W 20140821/140819235519-406f85114f5f6902d739ab4581c94a15 (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 |