Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2010 FBO #3184
SOLICITATION NOTICE

D -- JRE Gateway Help Desk Services

Notice Date
8/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, LANGLEY AFB, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
F2QT320181A900
 
Archive Date
8/31/2010
 
Point of Contact
Stephanie A. Fringer, Phone: 7572257717
 
E-Mail Address
stephanie.fringer@langley.af.mil
(stephanie.fringer@langley.af.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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) and is being issued as small business set-aside. Request is for BRAND NAME or EQUAL. If providing an or equal item, the quote must state the items are an "or equal" and the prospective offeror has the responsibility to ensure that any "or equal" items proposed are bonafide "or equals" to the items requested and must provide any descriptive literature and/or specifications with their quote by the specified due date for receipt of quotes, to assist in the evaluation of their "or equal". The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-43, Effective 16 July 2010. The government requires the following items, Brand Name or Equal to the following: Help Desk support for two (2) Joint Range Extension (JRE) Gateway units for the base year and adding a third JRE Gateway system for Option Years 1 and 2. The salient characteristics are stated below. All responsible sources offering Brand name or EQUAL equipment may submit a quotation which shall be considered. Prospective offerors must be CCR registered and must complete the ORCA on-line representation or provide a copy of their representation and certification as required by FAR Clause 52.212-3. The North American Industry Classification System (NAICS) code for this requirement is 541519. 1. Description: Brand name or EQUAL Joint Range Extension (JRE) Gateway Help Desk Support, L3 Communications manufacturer part number: 15206-10, 15206-11, and 15206-12. This will be delivered FOB Destination to: 82 CSS/SCWI Bldg 25 Suite 1070 37 Elm St Langley AFB, VA 23665 Attn: Terry Elhajj/Stephen Roberts CLIN QTY MODEL # Description 0001 QTY: 2, MODEL# 15206-10 - JRE Help Desk Support (Base Year) 1001 QTY: 3, MODEL# 15206-11 - JRE Help Desk Support (2011) 2001 QTY: 3, MODEL# 15206-12 - JRE Help Desk Support (2012) 2. Salient Characteristics: a. Contractor shall provide unlimited technical support 24 hours a day, 7 days a week via a 1-800 phone number for any JRE hardware & software related problem on a covered system. b. Contractor shall provide JRE Fault Isolation Support over the phone to assist government personnel in trying to isolate problems in a covered system. c. Contractor shall provide RMA (Return Material Authorization) assistance when JRE requires repair. Government may send system/component to contractor to be evaluated by engineering personnel. If system/component is under warranty, it shall be repaired at no cost to the government. If not covered by warranty, the contractor shall provide a formal quote for the cost of repair for government evaluation and decision. d. Contractor shall provide annual JRE software baseline releases. This support also includes any software upgrades that may occur during that support period. NOTE: All potential bidders must meet all salient characteristics listed in the above descriptions as Brand Name or Equal. NEW Equipment ONLY; No remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. 3. Delivery: 15 Days ARO FOB Destination Prices must be submitted based on FOB Destination CONUS (Continental U.S.), which means the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. 4. EVALUATION: Award will be made on the basis of the lowest priced quote meeting or exceeding the salient characteristics listed for Brand Name or EQUAL. Delivery must be in full by the required delivery date. The Government may make multiple awards in order to obtain the best overall value for the Government. The Government reserves the right to award a single award or make multiple awards in order to obtain the overall best value for the Government. 5. Delivery Location(s): As stated above in paragraph 1. 6. The following provisions and Clauses are applicable: a. 52.212-1 Instructions to Offerors - Commercial b. 52.212-3 Offeror Representations and Certifications Please include a completed copy of 52.212-3 or complete at https://orca.bpn.gov/ c. 52.212-4 Contract Terms and Conditions - Commercial Items d. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. e. 52.217-8 Option to Extend Service (clause fill-in: Within 30 days) f. 52.217-9 Option to extend terms of Contract (Clause fill-ins: Within 30 days; at least 60 days) g. 52.219-28 Post Award Small Business Program Representation e. 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside f. 52.247-34 F.O.B. Destination g. 52.252-1 Solicitation Provisions Incorporated by Reference h. 52.252-2 Clauses Incorporated by Reference i. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items j. 252.232-7003 Electronic Submission of Payment Requests k. 252.246-7000 Material Inspection and Receiving Report 7. GSA or Open Market: Please indicate if your quote is open market or on the GSA Schedule (provide specific schedule). To have a bid considered for award all vendors must provide manufacturer part number and extended specifications of the exact model being proposed for all line items. NO EXCEPTIONS. Failure to provide this information will result in a "non-responsive" bid and removal from award consideration. Partial shipments are not acceptable. Vendor bids should be valid for at least 30 days from close of this announcement. Sellers must bid exact match to spec (make, model and spec), BRAND NAME OR EQUAL: Quotes will be accepted via email only. Email stephanie.fringer@Langley.af.mil NLT 16 Aug 2010, 1530 Eastern Daylight time. Questions regarding this RFQ can be directed to Stephanie Fringer, Contract Specialist, ACC AMIC/PKA, Phone: 757-225-7717. Recommend that you call to verify receipt of quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/F2QT320181A900/listing.html)
 
Place of Performance
Address: Bldg 25 Suite 1070, 37 Elm St, Langley AFB, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN02236923-W 20100813/100811235530-d67043d11c30f5ffc4c531c0087c8f87 (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.