Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2010 FBO #3231
SOLICITATION NOTICE

70 -- Microsoft Campus Agreement - Brand Name J & A (REDACTED)

Notice Date
9/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XHA70113A001
 
Archive Date
10/14/2010
 
Point of Contact
Edwin O. Byrd, Phone: 334-953-6776
 
E-Mail Address
edwin.byrd@maxwell.af.mil
(edwin.byrd@maxwell.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name J & A (REDACTED) GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in the Schedule of Supplies/Services. This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a Request For Quote (RFQ) (reference number F2XHA70113A001). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43 (2 Aug 2010) and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100908. It is the contractor's responsibility to become familiar with applicable clauses and provisions. A Firm Fixed Price Award will be made in accordance with the following Schedule of Supplies: NAICS Code: 443120; Size Standard: $9.0M The Defense Priorities and Allocations System rating is C9E IMPORTANT NOTE: THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. NATURE OF ACQUISITION: Maxwell Air Force Base has a requirement to purchase the items listed below. The Schedule of Supplies/Services provides all items and quantities required. This procurement is being issued unrestricted. SCHEDULE OF SUPPLIES/SERVICES: ALL EQUIPMENT MUST BE FACTORY NEW, NOT USED, NOT RE-PACKAGED, NOT RE-SEALED. Used, refurbished, or pre-owned equipment will not be accepted. The estimated delivery date is 30 days After Receipt of Order (ARO). The place of delivery, acceptance and FOB destination point is Maxwell AFB, AL. Line Item Mfg # Item Description Qty Unit 1 C27-00002 Desktop Campus includes Publisher Ship to Maxwell 1874 EA 2 C27-00002 Desktop Campus includes Publisher Ship to Maxwell 4882 EA 3 C27-00002 Student Option for Laptops includes Publisher Ship to Maxwell 2401 EA 4 P72-00165 Win Server 2003 Mark 22 for Glenn Johnson Ship to Maxwell 22 EA 5 PJ5-00737 MS Expression for LeMay Center Ship to Maxwell 25 EA 6 P72-00165 MS Server 2008 Enterprise Mark 46 for LeMay Center Ship to Maxwell 46 EA 7 810-04764 MS SQL Server 2008 Enterprise Mark 16 for LeMay Center Ship to Maxwell 16 EA 8 J7A-00146 MS Camp Config Mgr Svr for LeMay Center Ship to Maxwell 10 EA 9 J3A-00167 MS Camp Config Mgr Svr for LeMay Center 1 EA 10 810-03312 SQL Server for LeMay Center Ship to Maxwell 10 EA 11 TSD-00934 Visio Premium All Languages Ship to Maxwell 6756 EA 12 H30-00237 Project Pro Ship to Maxwell 6756 EA 13 C5E-00181 MS Visual Studio Pro for LeMay Center Ship to Maxwell 208 EA 14 NKF-00317 MS Expression Studio for LeMay Center Ship to Maxwell 208 EA 15 FQC-03120 Windows 7 32-Bit Ship to Maxwell 200 EA 16 C5E-0067 Visual Studio Pro for LeMay Center Ship to Maxwell 25 EA 17 731-02001 Office MAC 2008 Ship to Maxwell 5 EA 18 C27-00002 AFIT Desktop Campus includes Office Enterprise and Office for MACs Ship to AFIT 734 EA 19 C27-00002 AFIT Desktop Campus Students includes Office Enterprise and Office for MACs Ship to AFIT 741 EA 20 H30-00237 Project Professional Ship to AFIT 734 EA 21 H30-00237 Project Professional for students Ship to AFIT 741 EA 22 D87-01057 Visio Professional 734 EA 23 D87-01057 Visio Professional for students Ship to AFIT 741 EA 24 H04-00232 Microsoft Office SharePoint Server Ship to AFIT 2 EA 25 KNA-00249 Office Communicator Server Ship to AFIT 1 EA 26 810-04764 SQL Enterprise Server Ship to AFIT 5 EA 27 W06-00022 CORE CALS includes Exchange Server CAL SharePoint Standard CAL SMS CAL Windows Server CAL Ship to AFIT 734 EA 28 W06-00022 CORE CALS for students includes Exchange Server CAL SharePoint Standard CAL SMS CAL Windows Server CAL Ship to AFIT 741 EA 29 359-00765 SQL CAL Ship to AFIT 734 EA 30 359-00765 SQL CAL for students Ship to AFIT 741 EA 31 6VC-01251 Remote Desktop Services CAL Ship to AFIT 734 EA 32 6VC-01251 Remote Desktop Services CAL for students Ship to AFIT 741 EA 33 P71-01031 Windows Server Data Center Ship to AFIT 64 EA 34 J7A-00146 System Center Config Mgr Svr Mgmt Lic Ent Ship to AFIT 2 EA 35 J3A-00167 Config Mgr Svr Ship to AFIT 2 EA 36 C5E-00181 MS Visual Studio Pro Ship to AFIT 734 EA 37 C5E-00181 MS Visual Studio Pro for students Ship to AFIT 741 EA 38 FQC-03120 Windows 32-bit version 7 Ship to AFIT 150 EA 39 FQC-03123 Windows 64-bit version 7 Ship to AFIT 200 EA 40 66J-08713 Windows Vista 64-bit Ship to AFIT 50 EA 41 CSE-00677 MS Visual Studio Pro Ship to AFIT 150 EA QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeror must accede to all solicitation requirements, including technical, and the terms and conditions by submitting the following statement with your response to this solicitation: "I accede to all of the requirements of this synopsis/solicitation, including specifications (CLINs 0001 through 0041), and terms and conditions." b. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000, Offeror Representation and Certification-Commercial Items with quotation. c. The vendor shall provide full specification details for comparability. Vendor must provide an estimated time of delivery. Please submit signed and dated quotes on company letterhead with unit prices, unit total prices and total offer amount to include shipping costs. d. Products must not be used/refurbished, out-of-date or end of life in its life cycle. e. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. BASIS FOR AWARD This is a competitive best value acquisition utilizing simplified acquisition procedures authorized by FAR 13.5 "Test Program for Certain Commercial Items." Award will be based on technical acceptability and price as follows: a. Technically Acceptabililty: Offerors will be determined technically acceptable based on the following: Accession Statement: Offerors must include with their quote the written accession statement reflected in the "Quotation Preparation Instructions", paragraph "a.". b. Price: All technically acceptable offeror will be evaluated based on price. If the lowest priced offeror is determined technically acceptable, award will then be based on price. CONTRACT TERMS AND CONDITIOS: The following clauses apply: By reference: 52.204-7 - Central Contractor Registration 52.212-4 - Contract Terms and Conditions -- Commercial Items 252.204-7004, Alternate A By Full Text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following additional FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.219-4, Notice of price evaluation preference for HUBZone small business concerns 52.219-8, Utilization of Small Business Concerns 52.219-9, Small Business Subcontracting Plan 52.219-28, Post Award Small Business Program Representation 52.222-19, Child Labor- Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers With Disabilities 52.222-37, Employment Report on special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-54, Employment Eligibility Verification 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3, Gratuities 252.203-7000, Requirements Related to Compensation of Former DoD officials 252.225-7012, Preference for Certain Domestic Commodities 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.232-7003, Electronic Submission of Payment Requests 252.243-7002, Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea 52.252-2 CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil (End of Clause) AFFARS 5352.201-9101 Ombudsman (Aug 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Maxwell 119 WAWF-ELECTRONIC SUBMISSION OF INVOICE JAN 2007 Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: rita.williams@maxwell.af.mil Contract Specialist: edwin.byrd@maxwell.af.mil Contracting Officer: sandra.turner@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The following provisions apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2004), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. FAR 52.212-3, ALT 1 Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. (End of Provisions) IMPORTANT NOTE: All product items sold to the Government should be properly marked with manufacturer's name and part number. Responses to this notice shall be provided in writing via e-mail to: Neal Byrd at edwin.byrd@maxwell.af.mil. All inquiries/responses to this notice must be received by 29 Sept 2010, NLT 4:00 p.m. Central Time. Email is the preferred method. Points of Contact: Neal Byrd, Contract Specialist, Phone (334) 953-6776, Fax (334) 953-3543.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XHA70113A001/listing.html)
 
Place of Performance
Address: Maxwell Air Force Base, Montgomery, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN02298626-W 20100929/100927235325-908cb0d526ff083dda83cb97200bafbd (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.