Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2006 FBO #1557
SOLICITATION NOTICE

70 -- IT Products, Brand Name Boeing and Seagate, LCU to MPS, Processor, and Hard Drives

Notice Date
2/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Acquisition Services Division (6TS-A), 1500 Bannister Road, Kansas City, MO, 64131
 
ZIP Code
64131
 
Solicitation Number
6TSA-06-PJF-001
 
Response Due
3/10/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (FAR) subpart 12.6, as supplemented with additional information included in this notice and following the simplified acquisition procedures in FAR part 13.5. This announcement constitutes the only solicitation: quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-07. Solicitation number 6TSA-06-PJF-001 is being issued as a request for quotes (RFQ). The Bill of Materials lists the following requirements: CLIN 001 Boeing Life Cycle Upgrade (LCU) to Mission Planning System (MPS) (Sunfire 240 Configuration), Quantity 1; CLIN 002 Boeing Legacy Processor (Ultra 10 configuration), Quantity 1; CLIN 003 Seagate Ultra 320 SCSI, 146 GB Hard Disk Drive, Part Number ST3146207LC or ST3146807LC, Quantity 4; CLIN 004 Seagate Ultra 320 SCSI, 73 GB Hard Disk Drive, Part Number ST373207LC or ST337807LC, Quantity 6. SPECIAL INSTRUCTIONS: 1. The Shipping Address is: Ray Robinson, 327 CSSG/GFSTPA, 7180 Reserve Road, Building 1083, Tinker AFB, OK 73145. 2. The Contractor is required to provide Ray Robinson, 405-736-4412, with at least 24 hours notice prior to delivery of the commodities. 3. The Contractor is required to quote open market pricing and reasonable shipping charges, if any, in U.S. dollars. Shipping is f.o.b. destination. Delivery should be within thirty (30) days after receipt of order. Please advise Paul Flake if this delivery period is not possible. Partial shipping and invoicing is authorized. 4. All Contractors must have their Representations and Certifications loaded to ORCA at http://orca.bpn.gov. 5. Quotes are due by 5:00 pm CST on March 10, 2006. The quote must be on company letterhead and submitted by e-mail to paul.flake@gsa.gov or by facsimile to 816-823-3322, Attn: Paul Flake. E-mail delivery is preferred. 6. Please update your ITSS registration. Only those contractors registered in GSA?s IT Solutions Shop (ITSS) Integrated System are eligible for award. Registration information is located at http://it-solutions.gsa.gov. Registration Technical Support is available at 877-243-2889, option 2. 7. Inquiries regarding the synopsis solicitation will only be accepted via e-mail. Please contact Paul Flake at paul.flake@gsa.gov. This requirement is for the Oklahoma City ? Air Logistics Center, Tinker Air Force Base, Oklahoma. Please include all requirements on quotations. No partial quotes. All CLINs specify Brand Name requirements. The provision at FAR 52.212-1, Instructions to Offerors, applies to this acquisition. Evaluation is based on lowest cost to the Government. The clause at FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. In addition to the guidance contained in FAR 52.212-4, contractors shall submit proof of delivery with their invoices. Proof of delivery may be in the form of a bill of lading or other shipping document signed by the receiving office. Invoices received without proof of delivery will not be accepted. The following FAR clauses and provisions, which may be accessed electronically at www.acqnet.gov/far, are incorporated by reference: 52.202-1, 52.203-5, 52.203-7, 52.204-7, 52.211-5, 52.212-1, 52.212.3, 52.212.4, 52.216-24, 52.216-25, 52.223-13, 52.223-14, 52.225-13, 52.232-1, 52.233-2, 52.233-3, 52.233-4, 52.243-1, 52.244-6, 52.246-2, 52.246-16, and 52.247-34. The following GSAM clauses and provisions, which may be accessed electronically at www.acqnet.gov/gsam, are incorporated by reference:552.203-71, 552.209-70, 552.212-72, 552.233-70, and 552.232-78. Federal Acquisition Regulation 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Feb 2006) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) . (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: XXX(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___(2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). ___(3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ___(4) [Reserved] ___(5) (i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-6. ___ (iii) Alternate II (Mar 2004) of 52.219-6. ___(6) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___(7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). ___(8) (i) 52.219-9, Small Business Subcontracting Plan (July 2005) (15 U.S.C. 637(d)(4). ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___(9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). ___(10) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (SEPT 2005) (10 U.S.C. 2323)(if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___(11) 52.219-25, Small Disadvantaged Business Participation Program?Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___(12) 52.219-26, Small Disadvantaged Business Participation Program?Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___(13) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). XXX(14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ___(15) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). XXX(16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XXX(17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). XXX(18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). XXX(19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). XXX(20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). XXX(21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fee (Dec 2004) (E.O. 13201). ___(22) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) 42 U.S.C. 6962(c)(3)(A)(ii)). ___ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). ___(23) 52.225-1, Buy American Act?Supplies (June 2003) (41 U.S.C. 10a-10d). ___(24) (i) 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (JAN 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286). ___ (ii) Alternate I (Jan 2004) of 52.225-3. ___ (iii) Alternate II (Jan 2004) of 52.225-3. ___(25) 52.225-5, Trade Agreements (Jan 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). XXX(26) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___(27) 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). ___(28) 52.225-16, Sanctioned European Union Country Services (Feb 2000) (E.O. 12849). ___(29) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___(30) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). XXX(31) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). ___(32) 52.232-34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). ___(33) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). ___(34) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___(35) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ___(1) 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351, et seq.). ___(2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___(3) 52.222-43, Fair Labor Standards Act and Service Contract Act?Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___(4) 52.222-44, Fair Labor Standards Act and Service Contract Act?Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___(5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA) (May 1989) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records?Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause? (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (July 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) General Services Administration Acquisition Manual 552.212-71: Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items (Jul 2003) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: (a) Provisions. 552.237-70 Qualifications of Offerors (b) Clauses. XX 552.203-71 Restriction on Advertising 552.211-73 Marking 552.215-70 Examination of Records by GSA 552.215-71 Examination of Records by GSA (Multiple Award Schedule) 552.215-72 Price Adjustment?Failure to Provide Accurate Information 552.219-70 Allocation of Orders?Partially Set-Aside Items 552.228-70 Workers? Compensation Laws 552.229-70 Federal, State, and Local Taxes 552.232-8 Discounts for Prompt Payment 552.232-23 Assignment of Claims 552.232-71 Adjusting Payments 552.232-72 Final Payment 552.232-73 Availability of Funds XX 552.232-78 Payment Information 552.237-71 Qualifications of Employees 552.238-71 Submission and Distribution of Authorized FSS Schedule Price List 552.238-74 Industrial Funding Fee and Sales Reporting 552.238-75 Price Reductions 552.242-70 Status Report of Orders and Shipments 552.243-72 Modifications (Multiple Award Schedule) 552.246-73 Warranty?Multiple Award Schedule 552.246-76 Warranty of Pesticides (End of clause) Department of Defense FAR Supplement 252.212-7001: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (FEB 2006) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. XXXX52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207) (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. _____ 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). _____ 252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (APR 1996) (15 U.S.C. 637). _____ 252.219-7004 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (Test Program) (JUN 1997) (15 U.S.C. 637 note). _____ 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582). _____ 252.225-7012 Preference for Certain Domestic Commodities (JUN 2004) (10 U.S.C. 2533a). _____ 252.225-7014 Preference for Domestic Specialty Metals (JUN 2005) (10 U.S.C. 2533a). _____ 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a). _____ 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (JUN 2005) (___ Alternate I) (APR 2003) (10 U.S.C. 2534 and Section 8099 of Pub. L. 104-61 and similar sections in subsequent DoD appropriations acts). _____ 252.225-7021 Trade Agreements (FEB 2006) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). _____ 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779). _____ 252.225-7028 Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). _____ 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (JUN 2005) (___ Alternate I) (JAN 2005) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). _____ 252.225-7038 Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)). _____ 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Pub. L. 107-248 and similar sections in subsequent DoD appropriations acts). _____ 252.227-7015 Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320). _____ 252.227-7037 Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). _____ 252.232-7003 Electronic Submission of Payment Requests (JAN 2004) (10 U.S.C. 2227). _____ 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2005) (Section 1092 of Pub. L. 108-375). _____ 252.243-7002 Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). _____ 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (____Alternate I) (MAR 2000) (____Alternate II) (MAR 2000) (____Alternate III) (MAY 2002) (10 U.S.C. 2631). _____ 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2005) (Section 1092 of Pub. L. 108-375). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause)
 
Place of Performance
Address: Ray Robinson, 327 CSSG/GFSTPA, 7180 Reserve Road, Building 1083, Tinker AFB, OK
Zip Code: 73145
Country: United States
 
Record
SN00996412-W 20060302/060228213837 (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  © 1994-2020, Loren Data Corp.