Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2008 FBO #2476
DOCUMENT

70 -- Server Consolidation - Request for Proposal-Requirement

Notice Date
9/4/2008
 
Notice Type
Request for Proposal-Requirement
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-08-R-0048
 
Archive Date
9/25/2008
 
Point of Contact
Robert Gigliotti,, Phone: 315-330-2205
 
E-Mail Address
robert.gigliotti@rl.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments or other information pertaining to this solicitation. Solicitation FA8751-08- R-0048 is issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20080812. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a Competitive 8a Set-aside under NAICS code 334111 and small business size standard of 1000 employees. The contractor shall provide the items in the attached spreadsheet on a firm fixed price basis. If prior to submission of offer, the items identified on the attached spreadsheet have been updated, replaced, upgraded, or are no longer available, the Offerors shall identify the effected parts and clearly identify the proposed replacement parts. This procurement is for Brand Name Hewlett-Packard equipment in support of the Defense Intelligence Agency's Regional Service Center Server Consolidation Program. The brand name equipment (part numbers and configurations) are required for operability, interoperability, and security parameters and are required to be compatible with the existing architecture currently deployed at the Regional Service Centers. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The required delivery date is no later than 30 days After Receipt of Order. The place of delivery, acceptance, and FOB destination point is 1930 Victor Place, Colorado Springs, CO 80915, Attn: William Campos, Mark For: WCRSC Virtualization Project. The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 3 PM EST, Tuesday September 9, 2008. Submit to: AFRL/RIKO, Attn: Robert Gigliotti 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to robert.gigliotti@rl.af.mil. Offerors are encouraged to submit their proposals using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (b)(10) Submit past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation -- Commercial Items (Jan 1999) applies. Paragraph (a) - the following evaluation factors will be used to evaluate offers: Price, Past Performance, Technical Acceptability, and Ability to Meet Delivery Schedule. All factors are of relatively equal importance. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jun 2008) and ALT I (Apr 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their proposal. In addition, offerors shall complete and submit the representations and certifications at 252.212-7000, Offeror Representations and Certifications--Commercial Items (Jun 2005). For your convenience, paragraph (b) of 52.212-3 and 252.212-7000 are attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2007), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jun 2008), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) 52.219-6 Alt I, Notice of Total Small Business Aside (Alternate I) (Oct 1995) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-28, Post Award Small Business Program Representation (Jun 2007) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Feb 2008) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008), applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 52.203-3, Gratuities (Apr 1984) 252.225-7012, Preference for Certain Domestic Commodities (Mar 2008) 252.225-7014 Dev, Preference for Domestic Specialty Metals (Jun 2005) DEVIATION 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) 252.227-7015, Technical Data - Commercial Items (Nov 1995) 252.227-7037, Validation of Restrictive Markings on Technical Data (Sep 1999) 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) 252.243-7002, Requests for Equitable Adjustment (Mar 1998) 252.247-7023, Transportation of Supplies by Sea (May 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) The following additional DFARS provisions and clauses also apply: 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Oct 2006) 252.211-7003, Item Identification and Valuation (Jun 2005) 252.232-7010, Levies on Contract Payments (Dec 2006) 5352.201-9101, OMBUDSMAN (Aug 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a proposal, which shall be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1669559d28f473b326753fab59ad03d6&tab=core&_cview=1)
 
Document(s)
Request for Proposal-Requirement
 
File Name: Requirement (Copy of HP SPECS.xls)
Link: https://www.fbo.gov//utils/view?id=687ce69c03833afd3844f305b0a79300
Bytes: 43.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01660179-W 20080906/080904222736-2d41858bddeda5f0ce15d980476e99db (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.