Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2010 FBO #3170
MODIFICATION

D -- OWL TECHNICAL SERVICES AND HARDWARE RENEWAL

Notice Date
7/28/2010
 
Notice Type
Modification/Amendment
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Department of the Air Force, AF ISR Agency, AF ISR Agency/A7K, 102 Hall Blvd, Ste 258, Lackland AFB, Texas, 78243, United States
 
ZIP Code
78243
 
Solicitation Number
F2MTW00169A001
 
Archive Date
8/13/2010
 
Point of Contact
Alejandra De Los Santos, Phone: 2109774065
 
E-Mail Address
alejandra.de_los_santos.1@us.af.mil
(alejandra.de_los_santos.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The HQ AF ISR Agency, Contracting Flight at Lackland AFB, TX intends to award a Purchase Order as a 'BRAND NAME' or 'EQUAL' BASIS. Offerors submitting a quote for an 'or equal' item must submit technical information so that the 'or equal' can be evaluated. Government reserves the right to evaluate/test unit to ensure unit meets specifications prior to acceptance. This requirement is a small business set aside. 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: REQUIREMENT: Renew the Software Technical Services and Hardware Warranty for the following Owl System: Owl Part Number: DFTS-WS-HO-03, Owl Product Description: Secure Directory File Transfer System Application version 3.0 Communication Card Serial Numbers: S234-6240 and R234-7976.Period of Performance: 1 Aug 2010 - 31 July 2011 CLIN 0001- Renewal of One (1) Year Continued Software Technical Services (Hotline Service & Support and Software Updates) -155 Mbps, PCIx Cards, Fiber Optic - Windows Operating System, P/N: SWTS-R1-W3-0155-01 CLIN 0002 Renewal of One (1) Year Continued Hardware Warranty for the Send-only and Receive-only Communication Cards and Fiber Optic Cable - 155 Mbps, 3.3 volt PCIx Cards, Fiber Optic Connection- Windows Operating System, P/N: HWWS-R1-W3-0155-XO-01 All items are to be delivered to TSgt Troy E. Figgins, AFSPC A3/OL-M, 467 Moore St. Bldg 2169, San Antonio, Texas 78243. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-42. The requirement is FOB Destination. Payment of invoices will be made by DFAS-LI. The following FAR clauses and provisions apply to this requirement which can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), 52.212-2-Evaluation of Commercial Items (JAN 1999), 52.212-3, Offeror Representations and Certifications- Commercial Items, (AUG 2009), 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010); FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (JULY 2010) (DEVIATION); as do the following FAR clauses cited therein: 52.222-26, Equal Opportunity (MAR 2007); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (SEPT 2006); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (SEPT 2006), 52.225-3 Buy American Act-Supplies (JUN 2009), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 52.233-3 Protest After Award (AUG 1996) and 52.252-2 Clauses Incorporated by Reference (FEB 1998). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010), DFARS 252.225-7001; Buy American Act and Balance Payment Program (JAN 2009); 252.204-7004, Required Central Contractor Registration (SEPT 2007). FIRMS THAT RECOGNIZE AND CAN PROVIDE THE REQUIREMENT DESCRIBED ABOVE ARE ENCOURAGED TO IDENTIFY THEMSELVES AND PROVIDE THE SUPPORTING EVIDENCE DESCRIBED HEREIN. THE GOVERNMENT WILL MAKE AN AWARD TO THE RESPONSIBLE OFFEROR WHOSE OFFER CONFORMS TO THIS REQUIREMENT AND IS THE LOWEST PRICE, AS FOLLOWS: 1) A DECISION ON THE TECHNICAL ACCEPTABILITY SHALL BE MADE FOR REQUIREMENTS OTHER THAN BRAND NAME. ONLY THOSE OFFERORS DETERMINED TO BE TECHNICALLY ACCEPTABLE WILL BE CONSIDERED FOR AWARD. 2) ALL TECHNICALLY ACCEPTABLE OFFERORS WILL THEN BE RANKED BY EVALUATED PRICE. AWARD WILL BE MADE TO THE OFFEROR WHOSE OFFER HAS BEEN FOUND TO BE TECHNICALLY ACCEPTABLE AND IS THE LOWEST PROPOSED PRICE. ALL RESPONSES RECEIVED BY THE DUE DATE WILL BE CONSIDERED BY THE GOVERNMENT. Offers are due at the AF ISR Agency Contracting Division not later than 2:00 PM, Central Time,June 29, 2010 and should reference the Solicitation listed above. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (AUG 2009). Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) prior to receiving any contract award. You can register in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov/ and https://orca.bpn.gov/login.aspx. All responsible sources may submit an offer, which, if timely received, will be considered by this office. For more information contact Alejandra De Los Santos at (210) 977-4065. You may submit your offers to me via e-mail to alejandra.de_los_santos@us.af.mil or via fax at 210-977-6414.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dfe2d3d9225a85d98f6e18e005a2fd72)
 
Place of Performance
Address: Lackland AFB, TX, San Antonio, Texas, 78243, United States
Zip Code: 78243
 
Record
SN02221182-W 20100730/100728235901-dfe2d3d9225a85d98f6e18e005a2fd72 (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.