Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2007 FBO #2123
SOLICITATION NOTICE

70 -- Imagery Access Solution (IAS)

Notice Date
9/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4800-07-Q-BM07
 
Response Due
9/19/2007
 
Archive Date
10/4/2007
 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ FA4800-07-Q-BM07. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. This acquisition is set-aside for Service Disabled Veteran Owned businesses. The associated NAICS code is 423430 with a 100 employee size standard. This RFQ contains 19 line item. The line item description is as follows: CLIN 0001: Sun Fire V445, 4CPU, 16 GB RAM, 1.5 (Delta Square); Qty. 8 Each. CLIN 0002: Dell 2950, 2 Quad-Core CPU, 8 GB RAM, 1.5 TB Raid; Qty. 2 Each. CLIN 0003: Dell 2950, 2 Dual-Core CPU, 8 GB RAM, 1.5 TB Raid: Qty. 1 Each. CLIN 0004: Sun Fire V245, 2 CPU, 6 GB RAM (Delta Square); Qty. 1 Each. CLIN 0005: ArcGIS Server Enterprise Standard license. Up to 2 sockets-Max 4 cores/socket for Dell quad core (ERSI); Qty. 1 Each. CLIN 0006: ArcGIS Image Server license. Up to 2 sockets-Max 4 cores/socket for Dell quad core (ERSI); Qty. 1 Each. CLIN 0007: TOAD for Oracle Professional 9.0 license (Quest); 1 Each. CLIN 0008: Hummingbird ExceedPower Suite 2008 (Hummingbird); Qty. 1 Each. CLIN 0009: Rackview Drawer Kit 17? LCD, PS/2 Keyboard + trackball, Fold back, ServView Pro 1x8 KVM switch, PC-UNIX B chassis 1U (Rose electronics); Qty. 2 Each. CLIN 0010: 5 ft Hi res UltrataCable CPU to switch P/N CABCX0606C005 (Rose Electronics); Qty. 2 Each. CLIN 0011: 10 ft Hi res UltrataCable CPU to switch P/N CABCX0606C010 (Rose Electronics); Qty. 2 Each. CLIN 0012: 5 ft Hi res UltrataCable CPU to switch P/N CABCXV0800C005 (Rose Electronics); Qty 5 Each. CLIN 0013: 10 ft Hi res UltrataCable CPU to switch P/N CABCX0606C010 (Rose Electronics); Qty. 5 Each. CLIN 0014: APC NetShelter SX Enclosure, 42U, includes sides, lockable doors, roof, color: black (Delta Square Electronics); Qty. 3 Each. CLIN 0015: APC NetShelter Standard Duty Sliding Shelf, supports up to 100 lbs., color: black (Delta Square); Qty. 15 Each. CLIN 0016: APC Vertical Rack Power Strip, includes (14) NEMA 5-15R connections (Delta Square); Qty. 6 Each. CLIN 0017: Cisco Catalyst 3750 24-port switch; Qty. 1 Each. CLIN 0018: Cisco 1000 Base-SX Gigabit Ethernet SFP, LC Duples Connector, Plug-in module; Qty. 1 Each. CLIN 0019: Windows 2003 Server license; Qty. 1 Each. End Item Description. FOB point is Destination (Langley AFB,VA). PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-6, Notice of Total Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFARS 252.232-7003, Electronic Submission of Payment Request, DFARS 252.246-7000, Material Inspection and Receiving Report. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A. Addenda to FAR 52.212-5: The following additional clauses apply to this solicitation: FAR 52.233-2, Service of Protest: (a) Protest, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer Anissa Ragland (addressed as follows) by obtaining written and dated acknowledgement of receipt from 1st Contracting Squadron, Attn: TSgt Anissa Ragland, 74 Nealy Avenue, Langley AFB, VA 23665-2088. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC Brye McMillon Jr at 1 CONS/LGCB, 74 Nealy Avenue, Langley AFB, VA 23665-2088. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror who?s quote/offer represents the best value in terms of technical (capability of item(s) offered to meet the government need), price, and past performance, which will be most advantageous to the government. Interested parties must notify the contracting office by 19 September 2007, 1200 pm, Eastern Standard Time (EST) to the 1st Contracting Squadron/LGCB, Attn: Brye McMillon Jr, Contract Administrator, Commercial Phone 757-764-4918, Fax 757-764-7447, E-mail brye.mcmillon@langley.af.mil, LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. POINT OF CONTACT Brye McMillon Jr, Contract Administrator, Phone 757-764-4918, Fax 757-764-7447, brye.mcmillon@langley.af.mil Anissa Ragland, Contracting Officer, Phone 757-764-7483, Fax 757-764-7447, anissa.ragland@langley.af.mil Email your questions to Brye McMillon Jr. at brye.mcmillon@langley.af.mil
 
Place of Performance
Address: Langley AFB, Virgina
Zip Code: 23665
Country: UNITED STATES
 
Record
SN01409293-W 20070919/070917220543 (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.