Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2009 FBO #2952
SOLICITATION NOTICE

71 -- Mobile Lockable Laptop Storage Carts

Notice Date
12/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XHC69323A001-laptopstorage-Byrd
 
Archive Date
1/19/2010
 
Point of Contact
Shana L. Byrd, Phone: 334-953-5755, Christopher Marquis, Phone: 334-953-6776
 
E-Mail Address
shana.byrd@maxwell.af.mil, christopher.marquis@maxwell.af.mil
(shana.byrd@maxwell.af.mil, christopher.marquis@maxwell.af.mil)
 
Small Business Set-Aside
N/A
 
Description
GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in the Schedule of Supplies/Services. This is a streamlined 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; quotes are being requested and a written solicitation will not be issued. This requirement is issued as a request for quote (Reference-Number F2XHC69323A001). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-38 (10 December 2009) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20091123. It is the contractor's responsibility to become familiar with applicable clauses and provisions. A Firm Fixed Priced Award is anticipated to be made as a result of this solicitation. The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTE: THE GOVERNMENT IS SOLICITING FOR ALL BUSINESSES, WITH NAICS CODE: 337215, ONLY THESE COMPANIES WILL BE CONSIDERED FOR AWARD. NATURE OF ACQUISITION: The LeMay Center at Maxwell AFB, AL has a requirement to purchase the below listed items. The Schedule of Supplies/Services provides all items and quantities required. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items: CLIN 0001: Lockable storage cabinets capable of holding 20 laptop computers. The cabinets must be in a stacked configuration. Rack must not exceed any of the following dimensions: 54 in H X 33in W X26in D. Cabinet must be of sturdy construction (at least 16 gauge steel) with durable paint finish. Drawers must be on heavy duty telescopic slides with precision ball bearings. Cabinets must have separately locking drawers for security and individual key assignment. Each cabinet will have two 110VAC, 15 AMP power supplies; thermostatically controlled fans that turn on at 100 degrees and turn off at 80 degrees. Each drawer will not exceed 14W X3.5H X20.5 L. Each drawer will have an inspection window. QUANTITY: 6 EA. CLIN 0002: Mobile base for cabinet QUANTITY: 6 EA. CLIN 0003: Cat6 wiring for cabinet and drawer cables, couplers and ties. All must be fully installed. QUANTITY: 120 EA. CLIN 0004: Cisco Catalyst 24 port 2960TT 10/100/1000 managed Gig switch. QUANTITY: 6  Certification of Cisco Products: The vendor shall certify that they are a Cisco Registered Partner as of the date of the submission of their offer, and that they have the certification/specialization level required by Cisco to support both the product sale and product pricing. The vendor shall source Cisco products directly from Cisco or through the US authorized distribution channels only. Products must be warranted, licensed and supported by the original manufacturer. Further, HQ AETC must be the original licensee of all Cisco Software. In the event there are questions pertaining to the validity of the Cisco products, HQ AETC reserves the right to verify the origin of the Cisco products with Cisco Systems, Inc. In the event the Cisco Products have been acquired from un-authorized channels, HQ AETC further reserves the right to return the products for a full refund. The item or items being purchased by the United States Air Force in this contract shall be new. Used, refurbished, reprogrammed or equipment of a reconstructed state is unacceptable.  Reason for Brand Name: Cisco switches were specifically approved for use on the base network by the local network engineers. Compatibility with other products already in use is a consideration. Network security is also a consideration. Cisco Switches are already in use and introducing a non-compliant switch could have significant security implications. CLIN 0005: Each drawer must have 110 AC power with 10 amp AC power cords and ties fully installed. QUANTITY: 6 EA. CLIN 0006: Shipping. Delivery will be made to loading dock building 1406- not 401 Chennault Circle (mailing address). QUANTITY: 1 EA. QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with the following instructions. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeror must accede to all solicitation requirements, including technical, and the terms and conditions by submitting the following statement with your response to this solicitation: "I accede to all of the requirements of this synopsis/solicitation, including specifications (CLINs 0001 through 0006), and terms and conditions." b. FAR 52.212-1 Instructions to Offerors-Commercial applies to this acquisition. c. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items and DFARS 252.225-7000, Buy American Act Certificate with quotation. d. Offerors must provide a unit price and extended price for all items referenced in the "SCHEDULE OF SUPPLIES/SERVICES". e. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or call 1-888-227-2423. IMPORTANT NOTE: Neither Multiple Offerors nor Multiple Awards will be considered. A single award is anticipated to be made in the resultant contract. BASIS FOR AWARD Award will be based on technical acceptability and price. The offeror by acceding to all of the requirements of this synopsis/solicitation, including specifications, and terms and conditions to the Government's satisfaction will be determined technically acceptable. Award will then be based on price. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.204-7: - Central Contractor Registration 52.212-4 -- Contract Terms and Conditions -- Commercial Items 252.204-7004, Alternate A By Full Text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following additional FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.232-33, Payment by Electronic Funds Transfer DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests 252.274-7023 Alt III, Transportation of Supplies by Sea 52.252-2, CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ (End of clause) AFFARS 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) MAXWELL 114 REQUIRED POSTERS (FEB 2003) Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm (End of Clause) Maxwell 119 WAWF-ELECTRONIC SUBMISSION OF INVOICE JAN 2007 Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: barry.cease@maxwell.af.mil Contract Specialist: shana.byrd@maxwell.af.mil Contracting Officer: christopher.marquis@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The following provisions apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2004), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. FAR 52.212-3, ALT 1 Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items DFARS 252.225-7000 Buy American Act - Balance of Payments Program Certificate FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. (End of Provisions) IMPORTANT NOTE: All product items sold to the Government should be properly marked with manufacturer's name and part number. Responses to this notice shall be provided in writing to: A1C Shana Byrd, at shana.byrd@maxwell.af.mil. All inquiries/responses to this notice must be received by 4:00 p.m Central Daylight Savings Time (CDST) on 4 January 2010. Email is the preferred method. Points of Contact: A1C Shana L. Byrd, Contract Specialist, Phone (334) 953-5755, Fax (334) 953-2856.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XHC69323A001-laptopstorage-Byrd/listing.html)
 
Place of Performance
Address: Maxwell AFB, AL, Montgomery, Alabama, 36117, United States
Zip Code: 36117
 
Record
SN02029490-W 20091224/091222235137-3ea4934920fc75362fd61830749dafd6 (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.