Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
SOLICITATION NOTICE

J -- POLYCOM MAINTENANCE REVISED RFQ - ITEM LISTING

Notice Date
9/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight, 700 Suffolk Street, STE 1200, Peterson AFB, Colorado, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-10-T-6101
 
Archive Date
9/30/2010
 
Point of Contact
Paul W Thomas, Phone: (719) 556-5548, Ashley Taylor, Phone: 719-556-4886
 
E-Mail Address
paul.thomas@peterson.af.mil, Ashley.Taylor.2@peterson.af.mil
(paul.thomas@peterson.af.mil, Ashley.Taylor.2@peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
ITEM LISTING WITH REVISED SERIAL NUMBERS (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, 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. (ii) This solicitation, FA2517-10-T-6101, is being issued as a Request for Quotation (RFQ). (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-43. (iv) This procurement is procured as brand name, other than full and open competition. The NAICS code is 811213 and the size standard is $7M. A single award will be made as a result of the evaluation of quotes received. As part of your quote, you are required to fill out the attached requirements listing mirroring line item, quantity, unit, part number, description, price and total extended price information; otherwise your quote will be considered non-responsive. (v) The following commercial items listing are requested. The items required below are procured as Brand Name. The Brand Name Justification letter is attached. (vi) This requirement is for the following: (Polycom VTC Maintenance) Please see attached item listing for details. (vii) All items listed shall be priced for a performance location of Peterson AFB, CO. (viii) The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008). All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. (ix) FAR 52.212-2(a) Evaluation-Commercial Items (Jan 1999), applies to this acquisition. Award will be based on low price meeting technical specifications. To be considered technically acceptable, the quote must offer part numbers that match the manufacturer's part numbers referenced in this solicitation. (x) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Aug 2009), applies to this acquisition. All vendors shall be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010), applies to the acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items Deviation (July 2010), applies to this acquisition. (xiii) The Government will not be providing contract financing arrangements for this solicitation. Quotes must state the standard warranty information for the items procured. The following FAR Clauses apply to this solicitation: 1. FAR 52.203-3 Gratuities (Apr 1984) 2. FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Alt I (Oct 1995) 3. FAR 52.203-11 Certification And Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007) 4. FAR 52.203-12 Limitation On Payments to Influence Certain Federal Transactions (Sep 2007) 5. FAR 52.204-7 Central Contractor Registration (Apr 2008) 6. FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 7. FAR 52.209-5 Certification Regarding Responsibility Matters (Apr 2010) 8. FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006) 9. FAR 52.222-3 Convict Labor (June 2003) 10. FAR 52.222-21 Prohibition of Segregated Facility (Feb 1999) 11. FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 12. FAR 52.222-25 Affirmative Action Compliance (Apr 1984) 13. FAR 52.222-99 (Dev) Notification of Employee Rights under the National Labor Relations Act (DEVIATION 2010-O0012) 14. FAR 52.233-1 Disputes (Jul 2002) 15. FAR 52.233-2 Service of Protest (Sep 2006) - (21 CONS, 135 Dover St, Peterson AFB, CO 80914) 16. FAR 52.233-3 Protest After Award (Aug 1996) 17. FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 18. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 19. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) 20. FAR 52.252-5 Authorized Deviations in Provisions (Apr 1984) 21. FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984) The following DFARS clauses apply to this solicitation: 1. DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Jan 2009) 2. DFARS 252.204-7004 Required Central Contractor Registration (Sep 2007) 3. DFARS 252.209-7001 Disclosure Of Ownership Or Control By The Government Of A Terrorist Country (Jan 2009) 4. DFAR 252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Terrorist Country (Dec 2006) 5. DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items (Jun 2005) 6. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders DEVIATION (Jun 2010) 7. DFARS 252-225-7012 Preference for Certain Domestic Commodities (Jun 2010) 8. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 9. DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) 10. DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002). The following AFFARS clause applies to this solicitation: 1. AFFARS 5352.201-9101 Ombudsman as prescribed 5301.9103, (Apr 2010) - contact: HQ AFSPC/A7K, 150 Vandenberg St., Suite 1105, Peterson AFB, CO 80914-4350. (719)-554-5250, Fax (719)-554-5299, email a7K.wf@afspc.af.mil. (xiv) The Defense Priorities and Allocations System does not apply to this solicitation. (xv) Quote Submission: Quote shall include price information, DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. Questions regarding this solicitation shall be submitted in writing no later than 4:00 PM MST on 14 September 2010. Responses to this solicitation must be submitted no later than 4:00 PM, Mountain Standard Time on 15 September 2010. (xvi) POC is Paul Thomas for information regarding this solicitation. Submit your quotes to Paul Thomas, email address: paul.thomas@peterson.af.mil and Fax number of 719-556-4285.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb984/FA2517-10-T-6101/listing.html)
 
Place of Performance
Address: PETERSON AFB, COLORADO SPRINGS, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02276269-W 20100912/100910235438-2b4eebf5310198e8efb516031b04869f (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.