Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2006 FBO #1766
SOLICITATION NOTICE

70 -- STK 140 Maintenance

Notice Date
9/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
W911W4-06-T-0125
 
Response Due
9/28/2006
 
Archive Date
11/27/2006
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. In accordance with FAR 6.302-1(c ) Line Item(s) 0001 is BRAND NAME OR EQUAL. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The purchase request number is W8110QZ62007N082 and the solicitation is issued as a request for quotat ion (RFQ) (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 05-12. (iv) This solicitation is being advertised to concerns who can meet Qualification Requirements. The associated NAICS code is 541519, and the small business size standard is $23.0 Million. (v) This requirement consists of Five Line Item(s): Government Employment Credit Report via Internet. SUBMIT EMAIL REQUESTS FOR A COMPLETE DESCRIPTION TO THE CONTRACT SPECIALIST BELOW. (v ii) Delivery is requested no later than 30 days from date of contract award. FOB shall be destination, and shipping should be included in the unit price. (viii) The provision at 52.212-1, Instructions to Offerors  Commercial, applies to this solicitatio n. (ix) The provision at 52.212-2, Evaluation  Commercial Items, applies to this solicitation. Paragraph (a) of FAR 52.212-2 is added to read: Lowest price technically acceptable. The contractor certifies that it can meet the delivery date by submitti ng a quotation. (x) The provision at 52.212-3, Offeror Representations and Certifications  Commercial Items, applies to this solicitation. The contractor shall be registered in the Online Representations and Certifications Application  ORCA  at http:/ /orca.bpn.gov/. (xi) The clause at 52.212-4, Contract Terms and Conditions  Commercial Items, applies to this acquisition Paragraph (o) is changed to read: The contractor shall provide all standard commercial warranties to the government. (xii) The cla use at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicabl e to this acquisition: (5), (14), (15), (18-20), (22-24) and (31). (xiii) The clause at 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, applies to this acquisition. The clause at 52.243-1, Changes, applies to this acqui sition. The clause at 52.249-1, Termination for the convenience of the government applies to acquisition. The clause at 52.252-2, Clauses Incorporated by Reference, applies to this acquisition. The clause at 252.204-7003, Control of Government Personnel Work Product, applies to this acquisition. The clause at 252.204-7004 (Alt A), applies to this acquisition. The clause at 252.243-7001, Pricing of Contract Modifications, applies to this acquisition. The following sub-paragraphs identified within DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are considered checked and are applicable to this acquisition: DFARS 252.225-7001, DFARS 252.247 -7023 (Alternative III), and DFARS 252.225-7036 Alternate I; The clause at 252.232-7003, Electronic Submission of Payment Requests, applies to this acquisition. Award can only be made to contractors registered in the Central Contractor Registration web pa ge, http://www.ccr.gov. (xiv) The Defense Priorities and Allocation System (DPAS) is not applicable to this acquisition. (xv) Federal Business Opportunity Numbered Note 29 applies; The proposed contract is set-aside for Service-Disabled Veteran-Owned sm all business concerns. Offers from other than Service-Disabled Veteran-Owned small business concerns will not be considered. (xvi) The solicitation due date i s 28 September 2006, 12:00 PM EST. (xvii) The assigned contract specialist is Mercedies Williams (Army Contractor), and can be reached at 703-428-4568 or email mercedies.williams@us.army.mil. You may fax your quotes to 703-428-4914. THE GOVERNMENT WILL AWARD A CONTRACT RESULTING FROM THIS REQUEST FOR QUOTE (RFQ) TO THE RESPONSIBLE CONTRACTOR WHOSE OFFER CONFORMS TO THIS RFQ AND WILL BE MOST ADVANTAGEOUS TO THE GOVERNMENT. PRICE, DELIVERY, WARRANTY and TECHNICAL CAPABILITY WILL BE T HE DETERMINING FACTORS FOR AWARD) AWARD WILL ONLY BE MADE TO CONTRACTORS REGISTERED ON http://www.ccr.gov and http://orca.bpn.gov ALL QUOTATIONS FOR EQUALS SHALL PROVIDE ALL SPECIFIC CHARACTERISTICS. PLEASE PROVIDE DESTINATION PRICING. CONTRACTOR NAME AND ADDRESS: __________________________________ __________________________________ __________________________________ DUNS:____________________________ CAGE:____________________________ Prices Good for ________ days Disc ount Terms: _____ % ________ days Net 30 FAX Number: ______________________ POC:_________________________________ E-Mail Address: __________________________ Telephone Number: __________________________ Tax Payer Identification Number_______________ _____ Government Contract No:____________________ Expiration Date:________________ Total Bid:__________________________ Min/Max: _____________________ Free On Board (F.O.B) Point: _____________________________ (If, Destination Shipping/Handli ng Included in Unit Price) Warranty: __________________________________ Section Supplies or Services and Price ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 Each Maintenance for 2 STK 1400s FFP Maintenance 12 Mo/Next Day & 36 Mo/Elite for Hardware and Software on 2 1400s (SNs: SA387430112; HK187721427). See attached Market Research. POP 1 SEP 06 to 31 Aug 07. FOB: Destination PURCHASE REQUEST NUMBER: W910QZ6207N082 NET AMT W910QZ6207N0820001 Section Inspection and Acceptance INSPECTION AND ACCEPTANCE Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 N/A N/A N/A Government Section Deliveries and Performance DELIVERIES AND PERFORMANCE CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 30 Days ARO 1 CDR, 1ST IO CMD DUMPROFF, CAROL A. 8825 BEULAH STREET FORT BELVOIR VA 22060-5246 (703)-706-1565 FOB: Destination W910QZ Section Contract Administration Data CONTRACT ADMINISTRATION DATA 21620200000025201612101800000257546SLCGW910QZ6207N082SLCG46030093 AMOUNT: CIN W910QZ6207N0820001:
 
Place of Performance
Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA
Zip Code: 22060-5246
Country: US
 
Record
SN01154033-W 20060927/060925221003 (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.