Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2010 FBO #2968
SOLICITATION NOTICE

70 -- Server System - FA8751-10-Q-0097

Notice Date
1/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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-Q-0097
 
Archive Date
2/5/2010
 
Point of Contact
Christopher Scialdone, Phone: 315-330-7800
 
E-Mail Address
christopher.scialdone@rl.af.mil
(christopher.scialdone@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FA8751-10-Q-0097 Specification E01316 FA8751-10-Q-0097 Specification E01309 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; quotes 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-Q-0097 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38, and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 200901229. 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 1,000 employees. The contractor shall provide the items listed in the two (2) attached files on a Firm Fixed Price (FFP) basis. Total price must be inclusive of shipping FOB Destination. Please note that any products listed in the attachment which are identified as "brand name or equal" must be technically acceptable to be considered for award. Offerors shall specify at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The required delivery date is 30 days after receipt of order (ARO). The place of delivery, acceptance and FOB destination point is F4HBL1 Transportation Officer Depot 2, 148 Electronic Parkway, Rome, NY 13441-4516. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET), THURSDAY 21 JANUARY 2010. Submit to: AFRL/RIKO, Attn: Christopher Scialdone, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-8082 or by email to Christopher.Scialdone@rl.af.mil. Offerors are encouraged to submit their quotes using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered (except those manufactured by Sun Microsystems). (b)(10) Submit past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation, for items with a unit price >$5,000. (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 four (4) 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 applies. In addition to the information within paragraph (a), the following factors shall be used to evaluate offers: (i) Price, (ii) Past Performance, (iii) Ability to Meet Delivery Schedule of 30 days ARO, and (iv) Sun Authorized/Certified Reseller Status. All evaluation factors other than price, when combined, are of equal importance to price. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and ALT I 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. 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 are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside Alternate I 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 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.239-1, Privacy or Security Safeguards 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 following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR and DFARS provisions and clauses also apply: 52.211-6, Brand Name or Equal 252.211-7003, Item Identification and Valuation 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-Q-0097/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN02037022-W 20100109/100107235151-e36c29f91e20e606f565906b11f4c8eb (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.