Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2007 FBO #2085
SOLICITATION NOTICE

70 -- Usb drives

Notice Date
8/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2VUJ07208AC01
 
Response Due
8/16/2007
 
Archive Date
8/31/2007
 
Small Business Set-Aside
Total Small Business
 
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, and is 100% set-aside for small business. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. This is a Request For Quote (RFQ) and the solicitation number is F2VUJ07208AC01. The 6th Contracting Squadron, MacDill AFB, Tampa, Florida, requires the following items: USB DRIVE shipping to MacDill AFB, FL 33621. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18, effective 30 Jun 2007, DFAR DCN 20070531, and AFFAR AFAC 2007-0531. The North American Industry Classification System (NAICS) is 334112. The Standard Industrial Classification (SIC) is 3572 with a small business size standard of 1,000 employees. A firm fixed price contract will be awarded. All interested parties must bid on all items. DESCRIPTION 1) 175 Each #UFD1GB-UNCLAS: 1 GB ?Unclassified? green USB Drive. 2) 100 Each #UFD2GB-UNCLAS: 2 GB ?Unclassified? green USB Drive. 3) 125 Each #UFD1GB-S: 1 GB ?Secert? Red USB Drive. 4) 60 Each #UFD2GB-S: 2 GB ?Secert? Red USB Drive. 5) 25 Each #UFD1GB-TS: 1 GB ?Top Secret? Yellow USB Drive Each drive to be indiviually serialized. Drives will be sequentially serialized by color with number displayed on front, outside of drive. Words & numbering are permanently imprinted, and can't be rubbed off, or can't be removed. Imprint color black(Pantone Black 3 2X), 8pt Postscript Arial or similar block font. External write protect switch easily accessible and manueverable by the user. Body of drive in a clear coat glossy finish in colors as follows: UNCLASSIFIED, green (Pantone PMS 356); SECRET, red (Pantone PMS 187); TOP SECRET, yellow (Pantone PMS 3945). Imprint on both sides of drive the security classification of associated colored drive as follows: UNCLASSIFIED on green; SECRETon red; TOP SECRETon yellow. Imprint color black (Pantone Black 3 2X0), 12pt preferred (10pt minimum), Postscript Arial or similar block font. Imprint on both sides of drive: U.S. Government Property. Imprint color black (Pantone Black 3 2X), 8pt Postscript Arial or similar block font. Each drive will be compatible with DiskNet Pro software, version 2. USB 2.0 interface, USB 1.1 backward compatible. USB interface connection permantently affixed to body of device required -- retractable, corded or other USB interface connector not permanently affixed to body is not acceptable. Lanyard ring or hole on main body of drive, lanyard ring or hole on the removable cap of drive not acceptable. Delivery is required within 15 days of order receipt from vendor. The *vendor* must certify that they're compatible with Disknet Pro V2. In addition, must at least have a picture of the finished product to see how the USB drive looks after modification? ?Or equal? items will be accepted after technical compliance with DoD 4500.36R is verified. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable IAW DoD 4500.36R. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http//farsite.hill.af.mil or <http://safaq.hq.af.mil/contracting>): FAR 52.204-7, Central Contractor Registration, FAR 52.212-1, Instructions To Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.219-28, Post-Award Small Business Program Rerepresentation, 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered.), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items (Dev), within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.252-2, Clauses Incorporated by Reference. A copy of these provisions and clauses may be obtained from the above FAR web site address. The following Defense FAR Supplement (DFARS) clause applies to this solicitation and is incorporated by reference: DFARS 252.204-7004(Alt), Required Central Contractor Registration. The following Defense FAR Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications ? Commercial Items; DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items; within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; 252.232-7003, Electronic Submission of Payment Requests, 252.247-7024, Notification of Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). The offeror shall provide its DUNS, or if applicable its DUNS + 4 number with its offer, which will be used by the Contracting Officer to verify that an offeror is registered in the CCR database. Lack of registration in the CCR database will make an offeror ineligible for award. The date and time responses are due is 15 August 2007, 2:00 P.M. Eastern Standard Time. Signed and dated offers must be submitted to 6 CONS/LGCB, Attn: Scott Gebhardt, 2606 Brown Pelican Ave., MacDill AFB, FL 33621 on or before the response time. Offers shall also be accepted via email or fax. Email: Scott.gebhardt1@macdill.af.mil. Fax: 813-828-6156. All offers shall include the solicitation number, company name, address, phone and fax numbers, point of contact, DUNS Number, and Federal Tax ID Number. See number notes #1
 
Place of Performance
Address: 26060 brown pelican, Tampa, Fl
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01369024-W 20070812/070810221639 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.