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
SOLICITATION NOTICE

70 -- LGCB 09 TECH REFRESH

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 39th Contracting Sqd - Incirlik, Incirlik AB, Unit 7090 Box 127, Incirlik AB, Turkey, 09824-0280
 
ZIP Code
09824-0280
 
Solicitation Number
FA5685-09-Q-0066
 
Point of Contact
Terry L. Agena, Phone: 90-322-316-8075, Leo Rodgers, Phone: 011903223168076
 
E-Mail Address
terry.agena@incirlik.af.mil, lgcb.confirmations@incirlik.af.mil
(terry.agena@incirlik.af.mil, lgcb.confirmations@incirlik.af.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) 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. (ii) The solicitation number is FA5685-09-Q-0066. The solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document incorporates the provisions and clauses that are those in effect through Federal Acquisition Circular 2005-36, DFARS Change Notice 20090825, and Air Force Acquisition Circular 2009-0803. (iv) There is no small business set-aside for this acquisition. However, this acquisition is set-aside for Turkish business concerns. Due to established economic agreements between the United States Government and the Government of Turkey, the U.S. Air force intends to award this solicitation to a business concern within the country of Turkey. If there is no Turkish businesses that can meet the specifications required or feasible pricing is not received to the maximum extent practicable, the U.S. Air Force reserves the right to contract a European or United States firm. The NAICS code assigned to this acquisition is 443120 and small business size standard is 9 MIL. (v)There are four (4) contract line item numbers(CLINs). The quantity and unit of measure for CLIN 0001 is 193 EA.The quantity and unit of measure for CLIN 0002 is 25 EA.The quantity and unit of measure for CLIN 0003 is 25 EA.The quantity and unit of measure for CLIN 0004 is 2 EA. Quotations shall be priced separately for each CLIN (vi) CLIN 0001- AJ408AV HP Compaq dc5800 Microtower PC 768 FDCC IMAGED AR468AV dc58x0 MT Chassis w/ 85% PSU GX025AV FreeDOS SW AQ254AV Intel Core 2 Duo E8400 Processor (3.00GHz, 6 MB L2 cache, 1333Mhz FSB) GW354AV 4GB PC2 6400 (DDR2-800) 2x2GB Memory GW295AV 250GB SATA 3.5 1st Hard Drive GW366AV HP USB Optical Mouse GW318AV SuperMulti LS (no SW) #1 AJ407AV HP Parallel Port Adapter GX161AV#ABB 3/3/3 MT Warranty GX015AV#ABB HP dc5800 Country Kit ZD011A HP Standard Delivery (Door/Dock) Desktop FDCC Preloded FDCC 2.0 image or Equal. CLIN 0002: DELL LAPTOP E6500 PRELOADED FDCC IMAGED MICROSOFT OPERATING SYSTEM- (DOWNGRADE) GENUINE WINDOWS VISTA BUSINESS 32 BIT SP1 TO XP PROFESSIONAL SP3 WITH MEDIA; P8600 (2.40, 1066MHZ, 3MB) BRUSHED BLACK METAL COLOR, 15.4 INCH WIDE SCREEN WXGA (1280X800) LED. LCD BACK COVER CLACK FINISH LED, NO CAMERA WITH MICROPHONE, NVIDIA QUADRO NVS 160M 256 MB, 2GB 800MHZ DDR2 RAM (2X 1GB) 80 GB 7200 RPM HDD (FREE FALL SENSOR), 8XDVD+/-RW DRIVE. 9 CELL 85WHR LI-ION PRIMARY BATTERY. NO CARRYING CASE. USQWERTY STANDARD KEYBOARD. ENGLISH SHIPPING DOCUMENTS. EURO POWER CORD WITH 90W AC ADAPTOR 3 PIN. 3 YR PRO SUPPORT FOR END USERS AND NEXT BUSINSESS DAY ON SITE SERICE. N-SERIES RESOURCE DVD or Equal. CLIN 0003: ADVANCE PORT REPLICATORS FOR E6500 LAPTOP POWER INPUT=100-240 VAC, (50/60hZ); I/O = 1 X SERIAL, 1 X PARALLEL, 4 X USB 2.0, 2 X PS/2, 1 X VGA, 1 X DVI, 1 X S-VIDEO, 1 X RJ45, 1 X RJ11, 1 X AUDIO LINE-OUT, 1 X DIGITAL AUDIO (S/PDIF), 1 X D/BAY CONNECTOR or Equal. CLIN 0004: KANGURU HARD DRIVE DUPLICATOR CLONE-12HD SATA CAN COPY UP TO 12 IDE/SATA HARD DRIVES AT ONCE or Equal. If exact item is not quoted (see FAR 52.212-1(b)(4)) a specification sheet or other information must be provided that provides sufficient detail for the United States to determine whether or not the substituted product(s) quoted can satisfy the need. (vii) All quantities ordered must be delivered within 45 calendar days to Incirlik Air Base, Adana, Turkey on a FOB Destination bases. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda are made to this provision. Paragraph (b) Submission of offers is added to read: Quotations shall be in terms of U.S. Dollars. Quotations received in other than U.S. Dollars shall be rejected. Quotations shall also be n the English language. Quotations received in other than English shall be rejected. Paragraph (f) Late submissions, modifications, revisions, and withdrawals of offers is added at (f)(2)(i) to read: (D) Or if this solicitation is a request for quotation, it is determined that acceptance of the quotation is in the best interests of the United States. Paragraph (k) Offerors not registered in the CCR database at the closing date and time offers are due may be considered non-responsive to the solicitation and therefore considered not eligible for award. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. There are two specific evaluation criteria included in paragraph (a). The first one is (i) technical capability of the item quoted to meet the requirement of that provision. The second and last one is (ii) price. The Lowest Price Technically Acceptable Source Selection Process will be used in this acquisition. (x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See http://orca.bpn.gov. The provision at 252.212-7000 Offeror Representations and Certifications--Commercial Items, applies to this acquisition. The certification in paragraph (b) of the provision at 252.212-7000 does not apply to this solicitation. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following addendum is made to this clause. Paragraph (o) Warranty is added to read: The contractor shall provide all standard commercial (including manufacturer) warranties to the United States Government. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (1), (20), (34), & (39). The clause at 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The FAR clause at paragraph (a) is considered checked and applicable to the acquisition. The following additional DFARS clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition:(1),(6),(18),(20),(21)(iii),(22) (xiii) The following six additional contract provision/clauses apply to this acquisition: (1) DFARS 252.225-7041 Correspondence in English. (2) DFARS 252.225-7042 Authorization to Perform. (3) DFARS 252.229-7001 Tax Relief. Paragraph (a) is filled in as follows: "Name of Tax: VAT/KDV, Rate (Percentage): 18%". (4) DFARS 252.233-7001 Choice of Law (Overseas). (5) AFFARS 5352.201-9101 Ombudsman. Paragraph (c) is filled in as follows: Primary: David Jones, HQ USAFE/A7K, Unit 3050, Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-Mail: david.jones@ramstein.af.mil, Tel: 0049-637-147-2209, Fax: (49)-6731-47-2025. Alternate: Maj Kim Arnold, HQ USAFE/A7K, Unit 3050, Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-Mail: kim.arnold@ramstein.af.mil, Tel: 0049-637-147-2010, Fax: (49)-6731-47-2025. (6) AFFARS 5352.242-9000 Contractor access to Air Force installations. Paragraph (b) is filled in as follows: The Turkish Air Force will coordinate with contractors to attain necessary documents and information to grant access to the installation. The United States Government will not be held liable for any delays or breach of contract caused by refusal of the Turkish Air Force to grant a gate pass. The contractor shall notify the contracting officer immediately if access is denied. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Quotations are due by 1:00PM Local Time on 18 SEP 2009. In addition to providing the information required above, Turkish Vendors shall provide the following documents, translated and certified in English: (1) Tax Payer License, (2) Trade Chamber Registration, (3) Signature Circular, (4) Company Registration (if applicable), (5) Certified/Authorized Retail/Reseller documentation from manufacturer and or importer of requested supply(s), and (6) Photocopies of written warranty documents (if applicable). (xvi) Contact TSgt Terry L. Agena at E-Mail: terry.agena@incirlik.af.mil and/or lgcb.confirmations@incirlik.af.mil or Tel: 0-322-316-8075 or Fax: 0-322-316-1090 for any questions or concerns regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/39CS/FA5685-09-Q-0066/listing.html)
 
Place of Performance
Address: Incirlik AB, Non-U.S., 09824, Turkey
 
Record
SN01954232-W 20090916/090915001655-351dac64160c4f2f63f6092a781b1f48 (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.