Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2005 FBO #1215
SOLICITATION NOTICE

59 -- HD-1T Chamber Degausser

Notice Date
3/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-05-T-0025
 
Response Due
4/4/2005
 
Archive Date
4/19/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with FAR Subpart 12.6 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, offers (e.g., quotes) are being requested and a written solicitation will not be issued. Solicitation H92239-05-T-0025 is issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect under Federal Acquisition Circular 2005-01. Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses may be downloaded at http://www.farsite.hill.af.mil and http://www.acq.osd.mil/dp/dars/dfars.html, respectively. It is the responsibility of the offeror to be familiar with all applicable clauses and provisions. This requirement is 100% set-aside for Small Business Concerns (SBC). The NAICS Code is 335999 and the size standard is 500 employees or less. This acquisition is to be a Firm Fixed Price type contract. The right to make multiple or no award award(s) is reserved in the event it is advantageous to the Government to do so. The contractor shall provide the following Contract Line Item Numbers (CLINs): CLIN 0001 ? Chamber Degausser, Manf: Data Security, Model: HD-1T, for purging classified information on magnetic disk media up to 4200 Oersteds and magnetic tape media up to 2500 Oersteds, floor model, media tray must accommodates all 3.5 inch form factor Hard Disk drives to one-third height (1 inch or 25mm) thickness plus VHS and smaller tape cassette and cartridge sizes. Tape capacity shall include all common backup media (i.e., LTO, DLT, 3480-3490-9840-9940, 4mm, 8mm, Travan, etc.), testing capability to confirm degaussing at specifications, 120 or 230 Volts, 50/60 Hz, Quantity 1 EACH; CLIN 0002 - One-Year on-site service and maintenance warranty agreement. On-site repairs and maintenance warranty shall include repairs and/or replacement, include OME parts and labor, the period of the warranty agreement shall be for 12 months from the date of acceptance (no third-party agreements allowed with the exception of manufacturer-warranted parts), Quantity 1 EACH; and CLIN 0003 - Six-month Certification. Conduct and ensure semi-annual certification to National Security Agency Central Security and manufacture?s operating standards. Period of the certification process shall be from date of acceptance (no third-party agreements allowed), Quantity 2 EACH. Offers of substitute (e.g., OR EQUAL) items to those of the manufacture and model shown in the CLIN descriptions are NOT acceptable and non-conforming supplies will be returned to the contractor at the expense of the contractor. HOWEVER, all responsive offers will be considered. Offerors offering substitute items are encouraged to refer to the Evaluation Factors iterated in FAR 52.212-2 (below) for additional instruction. Partial offers will not be accepted. Point of delivery and acceptance is Bluegrass Army Depot, Attn: 4SRA2 Receiving Office, Bldg 221 Door 13, Lexington, KY 40512. The Required Delivery Date (RDD) is not later than 4:00 p.m.(EST), 22 April 2005. Refer to the Evaluation Factors for additional instruction regarding delivery. If offer is FOB Origin, shipping charges (to be paid on a cost-reimbursable basis) shall be delineated separate from CLIN pricing. If offer is FOB Destination (preferred), CLIN pricing shall be inclusive of ground transportation charges. The following FAR and DFARS provisions and clauses are hereby incorporated by reference to this procurement action (exception(s) are provided, where applicable): FAR 52.204-7, Central Contractor Registration. FAR 52.211-6, Brand Name or Equal. FAR 52.211-8 Alt II, Inspection of Supplies-Fixed Price, is applicable to this requirement with the following clause addenda to paragraphs (a), the Government requires delivery to be made according to the following schedule: ALL CLINs, all quantities, 22 Apr 05; and (b), based on the assumption that the successful offeror(s) receive notice of award by 08 Apr 05. FAR 52.212-1, Instructions to Offerors-Commercial Items, applies, except that alternate means for submission of quotes are not acceptable. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this requirement with the following clause addenda to paragraph (a), The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. FAR Part 13 simplified acquisition procedures apply to this procurement action. The following factors shall be used to evaluate offers: (1) Technical Acceptability, (2) Delivery, and (3) Price. Offers will be evaluated for technical acceptability. Technical acceptability is defined as an offer of supplies that completely satisfy all the salient characteristics of the CLINs, meet Department of Defense standards for purging classified and sensitive information from prescribed media and must be listed in the National Security Agency (NSA) approved Degausser Product List. It is incumbent on offerors to provide complete specifications and other data necessary for any OR EQUAL items offered which demonstrates the substitute items categorically satisfy all requirements of this solicitation. Technical Acceptability will be evaluated on a Pass or No-Pass basis. Only those offers evaluated as Pass will be further evaluated and considered for award. Offers will be evaluated for Delivery. Delivery is defined as the capacity and offeror affirmation to conform with, or better, the RDD of this solicitation. Alternate delivery schedules that improve the RDD will be considered. Offerors shall present a detailed delivery schedule for any proposed alternate schedule. Offerors shall provide not less than two past performance references (with contact information) demonstrating success in providing in a timely manner the quantities and types of supplies required in this solicitation. Offers will be evaluated for price inclusive of transportation charges from shipping point to the delivery destination. Prices shall be quoted in accordance with the CLINs to be incorporated in the Schedule of Supplies and Services in the event an award is made. The factor of technical acceptability is significantly more important than delivery and price combined. The factor of delivery is slightly more important than price. Offers shall remain valid for a minimum of 30 days. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. 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, with the following clauses in paragraph (b) applicable: 52.203-6, 52.219-8, 52.219-14, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. FAR 52.219-6, Notice of Small Business Set-Aside. FAR 52.222-3, Convict Labor. FAR 52.225-1 Alt 1, Buy American Act-Supplies. FAR 52.247-29, F.o.b. Origin or FAR 52.247-34, F.o.b. Destination, as applicable to award(s). FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration Alt A. DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses in paragraphs (a) and (b) applicable: 52.203-3, 252.205-7000, 252.225-7001, 252.243-7002, 252.247-7023, and 252.247-7024. DFARS 252.225-7036, Buy American Act-Free Trade Agreement-Balance of Payments Program. DFARS 252.232-7003, Electronic Submission of Payment Requests. Offers referencing RFQ H92239-05-T-0025 may be submitted: in hard copy via mail or hand-delivered to HQ USASOC, Attn: DCSAC AOCO, Desert Storm Drive, Fort Bragg, NC 28310; electronically via fax to (910) 432-9345; or email (preferred) to the Government point-of-contact. It is the responsibility of offerors to confirm receipt of responses to this RFQ. OFFERS SHALL INCLUDE: (1) original letter signed by an individual authorized to bind the offeror; (2) Representations and Certifications compliant with FAR Clause 52.212-3; (3) acknowledgement and agreement with amendments, if issued; (4) evidence of technical acceptability, delivery schedule and past performance references; and (5) a priced schedule of supplies. Amendments, if any, will be published on FedBizOpps at http://www.fedbizopps.gov/. It is the responsibility of offerors to review the website for any changes or amendments to this RFQ. Offerors must be registered in Central Contractor Registration (CCR) prior to award. DUNS/CCR website is: http://www.ccr.gov. Offers must be received by 11:00 a.m.(EST), 04 Apr 2005. Questions with regard to this RFQ will be accepted from interested offerors up to 10:00 a.m.(EST) 30 Mar 05. Any questions submitted thereafter will be entertained, however, the due date for offers will not change. Questions should be directed to John E. Flanders at (910)432-8313, or emailed (preferred) to flanderj@soc.mil. Numbered Note 1 applies to this solicitation.
 
Place of Performance
Address: Bluegrass Army Depot, Lexington, KY 40512
Country: USA
 
Record
SN00774440-W 20050325/050323212830 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.