Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
MODIFICATION

70 -- Servers

Notice Date
9/15/2006
 
Notice Type
Modification
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-06-T-6075
 
Response Due
9/19/2006
 
Archive Date
10/4/2006
 
Point of Contact
Shamika Bailey, Contract Specialist, Phone 7195566127, Fax 7195564321,
 
E-Mail Address
shamika.bailey@peterson.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This combined synopsis/solicitation is prepared in accordance with FAR 12.6 as supplemented with additional information included in this notice. Quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ), FA2517-06-T-6046 and is a total small business set-aside. The following items are requested: ProxySG 800-2,3x10/100BASE-T (2 ea), Platinum Service for Proxy SG 800-2, 1 year (2 ea) Upgrade Kit for Proxy SG, 2x10/100BASE-T PA (2 ea), Proxy AV 2000-E3 (1 ea), Platinum Service for 2000-E3, 1 yr (1 ea), McAfee Software for Proxy AV 2000-E3. The following provisions and clauses apply to this requirement: FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jan 2004), applies to the acquisition. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. A contract will be awarded to the vendor using the following criteria to determine best value to the Government: Lowest responsive offeror which meets or exceeds capability requirements. Responsiveness is measured by the ability to provide the line items listed in the RFQ and the required documentation requested. The offeror must have completed Online Representations and Certifications Application (ORCA), provision located at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2004). The website address is https://orca.bpn.gov/. The offeror must also provide a statement showing registration in Wide Area Workflow (WAWF) https://wawf.eb.mil. Award of contract will be based on the lowest responsive offer. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2003), applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2004). Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are (5)(i), (14), (15), (16), (17), (18), (19), (20), (26), (31). The following clauses are also applicable to this acquisition: 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.252-2, Clauses Incorporated by Reference; 252.204-7004 Alt A, Required Central Contractor Registration; 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 52.222-22, Previous Contracts and Compliance Reports; 52.233-3, Protest After Award; 52.243-1, Changes-Fixed Price. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders; DFARS 252.225-7001, Buy American Act and Balance of Payment Program. A contract will be awarded to the vendor using the following criteria to determine best value to the Government: Lowest responsive offeror, meeting or exceeding the capability requirements listed above. Quotes are to be received no later than noon Mountain Standard Time, Tuesday, 19 September 2006, and must include the following: Company name, address, phone numbers, DUNS number, CAGE code, tax ID number, itemized quotation, product literature if quoting an equal product, details of service to be included, and statement that ORCA and WAWF registration has been completed (see above). Quotes shall be delivered via fax to (719)556-4321 or emailed to shamika.bailey@peterson.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-SEP-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFSC/21CONSb984/FA2517-06-T-6075/listing.html)
 
Place of Performance
Address: 700 Suffolk St, Bldg 982 Peterson AFB, CO
Zip Code: 80914
Country: UNITED STATES
 
Record
SN01145985-F 20060917/060915230707 (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.