Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
SOLICITATION NOTICE

D -- Software Maintenance

Notice Date
5/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
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
FA8751-09-R-0029
 
Archive Date
9/27/2009
 
Point of Contact
Jenna Loreto, Phone: 315-330-2260
 
E-Mail Address
Jenna.Loreto@rl.af.mil
(Jenna.Loreto@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 (if any) or other information pertaining to this solicitation. Solicitation FA8751-09-R-0029 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20090115. 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 total small business set aside under NAICS code 511210 and small business size standard $25,000,000 annual average receipts. The contractor shall provide the following items on a firm fixed price basis: Renewal maintenance for SecureOffice Trusted Workstation Thin Client for Solaris. This renewal will cover all DTW Systems within the Department of Defense Intelligence Information Systems (DODIIS) Enterprise for CY09. Part No. 1018A; Description: SecureOffice Trusted Workstation-Thin Client License Maintenance; Quantity - 8 Part No. 1018BA; Description: Maintenance Each Additional 1-4 CPUs; Quantity - 8 Part No. 1018CA; Description: Maintenance Each Additional Network; Quantity - 32 Part No. 1019; Description: Secure Office Trusted Workstation-Thin Client License per seat; Quantity - 1500 Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The period of performance is the date of the award (estimated date 15 June 2009) to 15 January 2010. The place of delivery, acceptance and FOB destination point is F4HBM3/Transportation Officer Depot 2, 148 Electronics Parkway, Rome NY 13441-4516. 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 3:00 PM, 27 May 2009. Submit to: AFRL/RIKO, Attn: Jenna Loreto, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-7513 or by email to Jenna.Loreto@rl.af.mil. Offerors are encouraged to submit their proposals using the SF 1449, Solicitation/Contract/Order for Commercial Items. (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 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 shall be used to evaluate offers: (i) price; (ii) technical capability of the item offered to meet the Government requirement; (iii) past performance All evaluation factors other than price, when combined, are equal to price. Past performance may be obtained by the government from sources inside or outside the government in order to determine responsibility. Offerors are not required to submit past performance information. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (FEB 2009), 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 DFARS 52.212-7000, 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 (Mar 2009), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (APR 2009), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: _x__ 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) _x__ 52.219-6, Notice of Total Small Business Aside (June 2003) _x_52.219-8, Utilization of Small Business Concerns (May 2004) _x__ 52.219-14, Limitations on Subcontracting (Dec 1996) _x__ 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). _x__ 52.222-3, Convict Labor (June 2003) _x__ 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _x__ 52.222-26, Equal Opportunity (Mar 2007) _x__ 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) _x__ 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) _x__ 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) _x__ 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) _x__ 52.222-50, Combating Trafficking in Persons (Aug 2007) _x__ 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) _x__ 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) _x__ 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009), applies to this acquisition. The following additional FAR and DFARs clauses cited in the clause are applicable to this acquisition: __x___ 52.203-3 Gratuities (APR 1984) __x___ 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) __x___ 252.225-7012 Preference for Certain Domestic Commodities (DEC 2008) __x___ 252.227-7015 Technical Data--Commercial Items (NOV 1995) __x___ 252.227-7037 Validation of Restrictive Markings on Technical Data (SEP 1999) __x___ 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) __x___ 252.243-7002 Requests for Equitable Adjustment (MAR 1998) __x___ 252.247-7023 Transportation of Supplies by Sea (MAY 2002) __x___ 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) The following additional DFARs provisions and clauses also apply: __x___ 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) __x___ 252.232-7010, Levies on Contract Payments (Dec 2006) __x___ 252.246-7003 Notification of Potential Safety Issues (JAN 2007) 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue 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 vendors/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. Point of Contact Jenna Loreto, Contract Specialist, Phone 315-330-2260, FAX, 315-330-7513, Email Jenna.Loreto@rl.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-09-R-0029/listing.html)
 
Record
SN01823686-W 20090522/090521003549-1b77c3070a5df638e6d4811dbb676dbf (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.