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
MODIFICATION

70 -- Sony PlayStation 3 Game Consoles

Notice Date
12/22/2009
 
Notice Type
Modification/Amendment
 
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
FA8751-10-R-0003
 
Archive Date
1/13/2010
 
Point of Contact
Robert Gigliotti, Phone: 315-330-2205
 
E-Mail Address
robert.gigliotti@rl.af.mil
(robert.gigliotti@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation FA8751-10-R-0003 is hereby amended and is effective as of 22 December 2009. The following 6 points are a summary of changes, however please see revised text below. 1) The quantity requested is reduced from 2,200 units to 1,700 units. 2) The proposal response date is changed from November 25, 2009 to December 29, 2009, 3:00 pm Eastern Time. 3) The provision at FAR 52.212-1, Instructions to Offers has been changed. a) Paragraph (h) Multiple awards is removed. b) Paragraph (b)(11) has been added. Due to the limited availability of this requirement, Offerors must submit written confirmation from the MANUFACTURER, stating the quantity and required part number offered can be provided to AFRL. 4) The provision at FAR 52.212-2, Evaluation -- Commercial Items has been changed. Paragraph (1) has been added to. Paragraph (2) has been removed. Please see this section for changes. 5) FAR Clause 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) under FAR 52.212-5, Contract Terms and Conditions has been removed. 6) FAR Clause 52.232-18, Availability of Funds has been removed. 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 FA8751-10-R-0003 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) 2005-37 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20091019. 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 334111 and small business size standard of 1,000 employees. The contractor shall provide the following items on a Firm Fixed Price basis: Item 1: Sony Playstation 3 (160 GB Version) Model/ Part Number: CECHP01 UPC: 711719803805 QTY: 1,700 SPECIFICATIONS Processor -Type: Cell Broadband Engine Memory/Storage -RAM Installed (Max): 256 MB - Integrated -Storage: BD-ROM -Hard Disk Drive: Yes -HDD Capacity: 160 GB Video -Video Output: NVIDIA RSX -Video Memory Installed (Max): Video adapter memory - 256 MB - GDDR3 SDRAM - Integrated -Max Resolution (external): 1920 x 1080 Audio -Sound Output Mode: Stereo Connections -Connector Type: 2 x USB, 1 x Ethernet, 1 x HDMI output, 1 x PlayStation 3 AV output, 1 x SPDIF output (TOSLINK) -Cables Included: A/V cable, Network cable, USB cable Power -Power Device: Power supply - Internal NOTE (1) Offerors must include all shipping costs and deliver FOB Destination (2) Offerors shall provide at least the manufacturer's standard commercial one (1) year warranty. (3) See attached Justification Review Document identifying the requirement for the Sony brand. The required delivery date is 45 days after receipt of order (ARO). The place of delivery, acceptance and FOB Destination point is F4HBL1/Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441. 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 (ET), Tuesday December 29, 2009. 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 SF1449, Solicitation/Contract/Order for Commercial Items. (b)(10) Submit past performance information to include recent and relevant contracts as well as references (including contract numbers, points of contact, telephone number and email, and other relevant information). Recent contracts are those that have been completed within the last 3 years. Relevant contracts are those for the same or similar items and quantities required by this solicitation. (b)(11) Due to the limited availability of this requirement, Offerors must submit written confirmation from the MANUFACTURER, stating the quantity and required part number offered can be provided to AFRL. (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 (four) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. In addition to the information within Paragraph (a), the following evaluation factors shall be used to evaluate offers: 1. All affordable offers that propose (a) the entire quantity of 1,700 units, (b) delivery within 45 days, (c) a manufacturer warranty period of no less than 1 year, and (d) submit written confirmation from the MANUFACTURER, stating the quantity and required part number offered can be provided to AFRL, will be ranked by price, then evaluated for past performance on a satisfactory/unsatisfactory basis. Award will be made to the lowest priced technically acceptable offeror with satisfactory past performance. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (AUG 2009) 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 DFARS 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 (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 (SEP 2009), 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, Notice of Total Small Business Aside, (Jun 2003) with 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 (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) 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) 52.225-13, 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 (JUL 2009), 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) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009) 252.225-7012, Preference for Certain Domestic Commodities (Dec 2008) 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 FAR and DFARS provisions and clauses also apply: 52.247-34, FOB Destination (Nov 1991) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 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 Karen 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 vendors/contractors must familiarize themselves with this clause and DFARS 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
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-R-0003/listing.html)
 
Place of Performance
Address: Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, New York, 13441-4514, United States
Zip Code: 13441-4514
 
Record
SN02029847-W 20091224/091222235543-1c1acc90d5c22832c08e74a7574835fb (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.