Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2010 FBO #3072
SOLICITATION NOTICE

70 -- Award for RSA SecurID Authenticator Cards

Notice Date
4/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
 
ZIP Code
76544-0770
 
Solicitation Number
W9115U-10-T-0005
 
Response Due
4/26/2010
 
Archive Date
6/25/2010
 
Point of Contact
Christopher White, 254-288-9568
 
E-Mail Address
US Army ATEC Contracting Activity
(christopher.a.white4@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the FAR Subpart 12.6, in conjunction with FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation W9115U-10-T-0005 is issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41, effective April 13, 2010. In accordance with FAR Part 19.1405, this acquisition is reserved exclusively for service-disabled veteran-owned (SDVO) small business concerns and this set aside shall be restricted 100% for SDVO small businesses. The associated North American Industrial Classification System (NAICS) code is 423430 with a size standard of 100 employees. The following is a list of contract line item number(s) and items, quantities and units of measure (if applicable) the meet the needs of the High Performance Computing and Modernization Program Defense Research and Engineering Network (HPCMP DREN): CLIN0001, RSA SecurID Authenticator Cards (#SD520-6-60-24-750), 24 months per User; 750 each. The ATEC Mission Support Contract Activity (ATEC AMSCA) anticipates a Brand Name or Equal procurement for this acquisition. The item listed have salient characteristics which are essential to the Governments requirement. Any equal product must be compatible with RSA SecurID Authentication software. To be considered for award, offers of any equal product shall provide descriptive documentation that clearly reflects the products characteristics indicating the level of quality of this product will satisfy the Governments needs. Delivery is required 15 days from date of the award. Delivery shall be made to 2435 5th Street, Area B Building 676, Wright-Patterson Air Force Base, OH 45433-5706. The contractor must be registered in Central Contractor Registration (CCR) database in order receive an award. The CCR website address is http://www.ccr.gov. The following Federal Acquisition Regulation (FAR) its supplements DFAR provisions and clauses are applicable to this procurement: IAW 52.252-1 Solicitation Provisions Incorporated by Reference, and 52.252-2 Clauses Incorporated by Reference, complete descriptions of the provisions and clauses referenced below in this synopsis/solicitation may be viewed at http://farsite.hill.af.mil. 52.212-2, Evaluation-- Commercial Items. The Government anticipates the award of a purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government; award will be based on the aggregate total. 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this RFQ. The offeror must have completed their registration of their Representations and Certifications on-line at http://orca.bpn.gov/. 52.204-7, Central Contractor Registration APRIL 2008. All contractors must be registered with the Central Contractor Registration, located at http://www.ccr.gov. 52.211-6, Brand Name or Equal AUG 1999 52.212-1, Instructions to Offerors - Commercial Items JUN 2008 52.212-4, Contract Terms and Conditions--Commercial Items FEB 2007 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items SEP 2009, to include the following: - 52.222-50, Combating Trafficking in Persons AUG 2007 - 52.233-3, Protest After Award AUG 1996 - 52.233-4, Applicable Law for Breach of Contract Claim OCT 2004 - 52.219-6, Notice of Small-business set aside JUN 2003 - 52.219-8, Utilization of Small Business Concerns MAY 2004 - 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside MAY 2004 - 52.219-28, Post-Award Small Business Program Representation JUN 2007 - 52.222-3, Convict Labor JUN 2003 - 52.222-19, Child Labor Cooperation with Authorities and Remedies FEB 2008 - 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 (38 U.S.C. 4212). - 52.222-36, Affirmative Action for Workers with Disabilities JUN 1998 (29 U.S.C. 793). - 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 (38 U.S.C. 4212). 52.223-5, Pollution Prevention 52.223-7006, Hazardous Material Storage and Disposal 52.225-13, Restrictions on Certain Foreign Purchases JUN 2008 52.232-18, Availability of Funds APR 1984 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.243-1, Changes Fixed-Price AUG 1987 252.203-7002, Whistleblower Rights 252.204-7004, Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.212-7000, Offeror Representations and Certifications Commercial Items JUN 2005 252.212-7001, (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments DEC 2006 252.246-7000, Material Inspection and Receiving Report 252.247-7023, Transportation of Supplies by Sea MAY 2002 All quotations shall be marked with #W9115U-10-T-0005. Award shall be made to the responsible offeror whose quote is determined to be lowest price and technically acceptable. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the quote. To ensure sufficient information is available, vendors must furnish as part of their quote all descriptive material (such as illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. Quotes shall be FOB destination, which shall include all fees for shipping or freight costs. An estimated delivery schedule is also requested in the comments portion of the quotation. Failure to comply with the above instructions or terms may result in the quote being determined as non-responsive. Offers are due by 12:00 PM CST on April 26, 2010. Quotes must be submitted via email to the attention of Christopher A. White at amsca.atec@us.army.mil. Any questions or comments regarding this solicitation must be submitted in writing to the attention of Christopher A. White at amsca.atec@us.army.mil marked with #W9115U-10-T-0005. Only questions in writing will be answered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/TECOM/DATM01/W9115U-10-T-0005/listing.html)
 
Place of Performance
Address: AFRL, ATTN: Joan Henley 2435 5th Street, Building 676 Wright-Patterson AFB OH
Zip Code: 45433-7802
 
Record
SN02128762-W 20100423/100421235352-01ff47b236c1e722fffa28164974e179 (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.