Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

70 -- SERVER SYSTEM - FA8751-10-Q-SABR-D

Notice Date
8/5/2010
 
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-SABR-D
 
Archive Date
8/26/2010
 
Point of Contact
Andrew S. Clark, Phone: 315/330-3272
 
E-Mail Address
andrew.clark@rl.af.mil
(andrew.clark@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FA8751-10-Q-SABR-D Brand Name J&A FA8751-10-Q-SABR-D Line Items This is a solicitation for commercial items to be acquired under FAR Part 13 Simplified Acquisition Procedures, 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-SABR-D 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) 2005-44 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100713. 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 items listed in the attachment on a Firm Fixed Price (FFP) basis. Offerors must quantify the warranty term for each product and include shipping FOB Destination in the total price. The attached Brand Name Justification applies to the Sun/Oracle items; other items may be quoted on a "brand name or equal" basis. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is 30 days After Receipt of Order (ARO). The place of delivery, acceptance and FOB destination point is Department of Defense, Hanover MD 21076. 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) WEDNESDAY 11 AUGUST 2010. Submit by email to andrew.clark@rl.af.mil, by mail to AFRL/RIKO, Attn: Andrew Clark, 26 Electronic Parkway, Rome NY 13441-4514, or by facsimile to: 315-330-8081. Offerors are encouraged to submit their quotes using SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of any non-Sun/Oracle items being offered in sufficient detail to evaluate compliance with the requirements in this solicitation. This may include product literature, or other documents, if necessary. (b)(10) Submit past performance information for up to three (3) contracts completed successfully within the last three (3) years which are similar to this requirement in terms of scope and magnitude. Offerors shall include contract number/project title, value, description, and current points of contact (name, telephone, and email). (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 three (3) 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, and (iv) SUN/ORACLE AUTHORIZED RESELLER STATUS. All factors are of approximately equal importance. 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 quote. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. 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: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Aside Alternate I 52.219-28, Post Award Small Business Program Representation 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 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 FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-904-5036 COM: 937-904-4407. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit an offer which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-Q-SABR-D/listing.html)
 
Record
SN02230670-W 20100807/100805235813-9a625b911afd0e23826f70fd7d873f9a (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.