Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
MODIFICATION

70 -- IDS5 Software

Notice Date
9/14/2009
 
Notice Type
Modification/Amendment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
127 MSC, Contracting Division, 43200 Maple Street, Building 105, Selfridge Air National Guard Base, MI 48045-5213
 
ZIP Code
48045-5213
 
Solicitation Number
W912JB09T4038
 
Response Due
9/15/2009
 
Archive Date
11/14/2009
 
Point of Contact
Jim Dadswell, 586-239-4952
 
E-Mail Address
127 MSC
(james.dadswell@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS MODIFICATION IS TO ADD CLIN QUANTITIES, ALSO UPDATE POC PHONE NUMBER. 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 will not be issued. This request is solicited as ADVERTISED ONLY. Funds are not presently available for this requirement. The Government's obligation under this requirement is contingent upon the availability of appropriated funds from which contract award can be made. (II) Solicitation W912JB-09-T-4038 is issued as an RFQ. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-36. (IV) This acquisition is reserved for a small business concerns. The associated NAICS code for this acquisition is 423430, standard industrial classification 500, small business size 500 employees. Sole Source Justification for other than full and open competition is attached. (V) This is a firm fixed price contract for CLIN 0001: IDS5 Workstations/Server Software P/N: I5-SFW-0140 MFR: Systems Atlanta. QTY: 11 EA CLIN 0002: SA-IDS5 Windows Mini Workstations P/N: I5-WSM-0204, MFR: Systems Atlanta. QTY: 11 EA. CLIN 0003: 19 LCD SAW Touch Display with USB and speakers, Color: Dark Gray, P/N: 412-219-0102, MFR: Systems Atlanta, QTY: 11 EA CLIN 0004: APC Back-UPS 500, P/N: 213-500-0002, MFR: Systems Atlanta, QTY: 11 EA. CLIN 0005: Service: I5-CFG-0100 LRG System, QTY: 1 EA. CLIN 0006: RMM Re-configuration including remote maintenance monitoring, P/N: I5-CFG-WUG-R, QTY: 1 EA. CLIN 0007: On Site Integration (travel and per diem for 4 days) Travel IAW Joint Travel Regulation P/N: I5-OSI-0004, QTY: 1 EA. CLIN 0008: IDS5 Training Course for 6 people P/N: I5-TNG-0010, QTY: 1 EA. CLIN 0009: IDS5 DB Management Assistance for 4 days, P/N: I5-TNG-0020, QTY: 1 EA (VI) This solicitation is for the purchase of the AFAS/IDS5 Computer sustem and associated items as identified in (V) above. (VII) FOB point is Destination to Selfridge Air National Guard Base, MI 48045 with delivery date of 30 days ARO. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. (IX) The government intends to award a contract to the lowest priced technically acceptable offeror without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in the best interest of the government. (X) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with their offer. (XI) The following clauses in their latest editions apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions Commercial Items. (XII) The following clauses in their latest editions apply to this solicitation: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following provisions are incorporated by reference: 52.219-1ALT I, Small Business Program Representations; 52.232-18, Availability Of Funds; 52.233-2 Service of Protest; 52.237-1, Site Visit; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country ; 252.212-7000 Offeror Representations and Certifications--Commercial Items ; 252.225-7000, Buy American Act--Balance of Payments Program Certificate; 252.247-7022 Representation of Extent of Transportation by Sea The following clauses are incorporated by reference: 52.203-3, Gratuities; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.204-7 Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-6 Notice Of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor; 52.222-21 Prohibition Of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action For Workers With Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50 Combating Trafficking in Persons; 52.222-54 Employment Eligibility Verification; 52.223-5 Pollution Prevention and Right-to-Know Information; 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.225-1 Buy American Act Supplies; 52.225-2 Buy American Act Certificate; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.52.233-2 Service of a Protest; 233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.246-2 Inspection of SuppliesFixed-Price; 52.246-4 Inspection of ServicesFixed-Price; 52.247-34 FOB Destination; 52.252-2, Clauses Incorporated By Reference; 52.252-6, Authorized Deviations In Clauses; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.212-7001 (DEV), Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items; 252.225-7000 Buy American Act Balance of Payments Program; 252.225-7001, Buy American Act and Balance of Payments Program Certificatet; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7014 Preference for Certain Domestic Specialty Metals; 252.225-7035 Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program Certificate; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports ; 252.232-7010 Levies on Contract Payments; 252.243-7002 Requests for Equitable Adjustment; 252.247-7022 Representation of Extent of Transportation by Sea. (XIV) N/A. (XV). Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the National Guard web site. They will be contained in the plans section in a document titled Questions and Answers. Offerors are requested to submit questions to the email address noted below not later than, 2:00 P.M. EST, 14 Sep 2009. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Offers are due to the 127 MSC 43200 Maple Street, BLDG. 105, Selfridge ANG Base, Michigan 48045, by 1:00 P.M. EST, 15 Sep 2009. Email quotes will be accepted at 127wg.contractomb@ang.af.mil, please CC: maygan.rhodes @ang.af.mil. Point of Contact for this solicitation is Ms. Maygan Rhodes, 586-239-5604.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-2/W912JB09T4038/listing.html)
 
Place of Performance
Address: 127 MSC Contracting Division, 43200 Maple Street, Building 105 Selfridge Air National Guard Base MI
Zip Code: 48045-5213
 
Record
SN01954013-W 20090916/090915001329-665a70b1c7fd915fa8a9bcc3152c68e2 (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.