Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2004 FBO #0846
SOLICITATION NOTICE

70 -- Document Control Automated Imaging System

Notice Date
3/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 347 CONS, 4380B Alabama Rd., Moody AFB, GA, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-04-Q-0033
 
Response Due
3/29/2004
 
Archive Date
4/13/2004
 
Point of Contact
Kelli Justice, Contracting Apprentice, Phone 229-257-3629, Fax 229-257-4032, - Bryan Ewing, Contract Specialist, Phone 229-257-4917, Fax 229-257-4032,
 
E-Mail Address
kelli.justice@moody.af.mil, bryan.ewing@moody.af.mil
 
Description
This is a combined synopsis and 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. The solicitation number for this procurement is FA4830-04-Q-0033 and is issued as a Request for Quotation (RFQ). Moody AFB intends to award a sole-source (sole-manufacturer) contract under the authority of FAR 13.501 for a Document Control Automated Imaging System. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2004-0205, Defense Acquisition Circular (DAC) 91-13 correction and Air Force Acquisition Circular (AFAC) 96-5(2). For informational purposes The Standard Industrial Classification Code is 7373. The North American Industry Classification System is 541512. The size standard is $21,000,000. The BID SCHEDULE shall be for Line Item 0100 (1) each Document Control Automated Imaging System, part number AISDC-SYS-20; AIS scan station/imaging server, document control AIS software; 1 view, 1 scan license; 90-day software maintence, upgrade, and tech support; premium scan station/imaging server computer system (MPC Client Pro); MS Windows 2000 Professional; Intel Pentium 4 processor, 2.8 GHz; 256 MB RAM; 80.0 GB HD; 64 MB nVida GeForce4 AGP Video Adaptor; 17 ? MPC F1275 Flat Panel display; wireless MS Keyboard, Wireless Intellimouse, 1.44 Floppy; 3Com 3C905CX 10/100 Ethernet Card; DVD-Rom Drive, ATAPI 16x48 Variable Speed; DVD-R/RW, + R/RW drive, ATAPI 4x, 50 CD-R disks, 6 DVD + RW disks, 5 DVD-R discs; 128-voice PCI sound card and speakers; Seagate ATAPI 10/20 GB tape drive, 4 10/20 GB tapes, HP Laserjet 2300 printer, 24 PPM; Fujitsu ScanPartner Fi-4120C color monochrome scanner, 25 PPM, Automatic Sheet Feeder, Adaptec SCSI controller, SCSI cable, Line Item 101 (1) each Document Control AIS single-user system software maintenance, upgrade, and technical support (for 1 year), part number AISD-SUP-D-SS; Line Item 102 (1) each onsite installation, user training, and system administrator training. Manufactured by NORCOM Inc. FOB Point: Destination. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. This requirement is unrestricted. The government requires purcahse of a Document Control Automated Imaging System as they are essential for base supply document control. Interested firms may identify their interest and capability to respond to the requirement. A determination not to compete this requirement based upon responses to this notice is solely within the discretion of the government; all responsible sources may submit an offer, which will be considered. Written responses to this synopsis shall contain sufficient documentation to establish a bona-fide capability to fulfill this requirement. Interested sources must submit in writing, technical capabilities, pricing, and other information that demonstrates the ability to meet this requirement within 10 days. The Government contemplates award of a firm fixed price contract resulting from this solicitation. If no responses are received, a sole source contract with NORCOM Inc. will be pursued without further notice. Firms responding to this synopsis should reference the solicitation number and indicate their business size as defined by FAR 52.219. Inquires concerning this synopsis must be in writing and may be faxed to 229-257-4032. Numbered Note 22 applies with the following revision: ?all proposals received within 10 days after date of publication of this synopsis will be considered by the government.? Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD:IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsive responsible low offeror. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-4032. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.22-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.225-1, Buy American Act-Balance of Payments Program ?Supplies, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241), FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment. The Defense Priorities and Allocations System (DPAS) rating is C9E. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON (MSCB) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 12:00 P.M. EST ON 29 March 2003. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION NUMBER, DATE & TIME, AND REQUEST FOR QUOTATION (RFQ) TITLE ON THE OUTSIDE OF THE ENVELOPE. FACSIMILE OFFERS WILL BE ACCEPTED. The point of contact for this solicitation is A1C Kelli Justice, 229-257-3226, 229-257-4032 fax or SSgt Bryan Ewing, 229-257-4917.
 
Place of Performance
Address: 6131 Wagner Street, Moody AFB
Zip Code: 31699
Country: United States
 
Record
SN00550645-W 20040321/040319212133 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.