Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
MODIFICATION

70 -- SAN HARDWARE AND SERVICES

Notice Date
7/12/2011
 
Notice Type
Modification/Amendment
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-11-Q-0153
 
Archive Date
8/13/2011
 
Point of Contact
Patrick S. VanSant, Phone: 7177704092
 
E-Mail Address
patrick.vansant@dla.mil
(patrick.vansant@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
General information: Document Type: Combined Synopsis/Solicitation Solicitation Number: SP3300-11-Q-0153 Posted date: 12 July 2011 Opening Response Date: 12 July 2011 Closing Response Date: 29 July 2011 Archive Date: 13 August 2011 Classification Code: 7035- ADP Support Equipment NAICS Code: 334112- Computer Storage Device Manufacturing Contracting Office: Defense Logistics Agency, Logistics Operations, DLA Distribution, 2001 Mission Drive, Bldg 404, J7-AB, New Cumberland, PA 17070-5000, United States Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5 Test Program for Certain Commercial Items 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. The solicitation number for this notice is SP3300-11-Q-0153. This is a 100% small business set-aside for a contractor that can provide brand name SAN Equipment/Professional Services listed in the SOW or equal. The associated NAICS code is 334112 with a small business size standard of 500 employees. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-51 effective 01 April 2011 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20100519 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2010-40. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. The DLA Distribution has a requirement for SAN equipment and services. Interested parties offered product must meet the salient physical, functional, or performance characteristics that "equal" the brand name product. See attached continuation, Line Items for Supplies (attachment 1). See attached Statement of Work including Salient Characteristics listed in the Bill of Materials (attachment 2). See attached Past Performance Questionnaire (Attachment 3) Note: The required delivery date is 30 days after receipt of contract. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The method of payment for supplies/services under this contract will be by the Defense Finance and Accounting Service. Clauses and Provisions: The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR 52.233-1 Disputes (Jul 2002) FAR 52.233-2 Protests After Award (Aug 1996) FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (e) multiple offers and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. 52.211-6 -- Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of Provision) DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Unit Price inclusive of shipping, extended prices for all CLINS, and total price for the entire order. (4) Descriptive literature as described in the provision, FAR 52.211-6 Brand Name or Equal, if the offeror is not providing the brand name equipment. If all of the salient characteristics are not addressed in the descriptive literature, the offeror must provide a narrative response that describes, in enough detail to allow for adequate evaluation, how the proposed products meet the characteristics. (5) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (6) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13.106-2 Evaluations of Quotations or Offers - Quotes will be evaluated in accordance with FAR 13.106. The Government intends to award a Firm-Fixed Price commercial contract resulting from this notice on an all or none basis to the responsible offeror whose offer meets the brand name or equal requirements, can provide delivery by the required delivery date, meets minimum criteria for past performance and is the lowest price. This standard is based upon the offeror's ability to substantiate credible examples of performance associated with their commercial and Government offerings, inclusive of delivery, schedule compliance, product quality and overall customer satisfaction. Offers will be evaluated in these areas for past performance as they relate to accomplishing tasks similar to those required in the SOW. The information submitted should reflect an experience in similar types of contracts for the federal/state government or commercial firms. The minimum criteria for acceptability under this factor shall be the submission that will satisfy the requirements listed below. Each subparagraph below shall be clearly identified and marked with each offeror's A & B. A. Credible examples of past performance (at least 3 prior contracts). Each example shall include (i) the name of the contracting activity, (ii) contract number, (iii) contract type, (iv) total contract value, (v) contract work, (vi) name of contracting officer, (vii) telephone and fax numbers and (viii) name of any subcontractors. Past performance information shall be recent within the past 3 years. B. Examples of past performance provided under paragraph (A) shall include documentation of (i) the offeror's record of conforming to work statements, (ii) commitment to customer satisfaction and timely service, (iii) good workmanship and compliance with contract schedules and (iv) a record of reasonable and cooperative behavior. Note: A past performance questionnaire is included as attachment #3 to this solicitation. Vendors shall forward this questionnaire to their references for completion. Complete questionnaires shall be directly submitted by the reference by the proposal due date to: DLA Distribution Acquisition Operations Patrick Van Sant J Avenue, Building 404 New Cumberland, PA 17070-5001 Questionnaires will also be accepted via email, patrick.vansant@dla.mil or fax, (717) 770-7591. FAR 52.212-4 Contract Terms and Conditions-Commercial Items, Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB Destination FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (in paragraph (b) the following clauses apply: FAR 52.303-6 Restrictions on Subcontractor Sales to the Government FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-50 Combating Trafficking in Persons FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-33 Payment by Electric Funds transfer Central Contractor Registration FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7036 Buy American Act-Free Trade Agreement-Balance of Payments Program ALT I DFARS 252.243-7002 Request for Equitable Adjustment DFARS 252.247-7023 Transportation of Supplies by Sea (ALT III) DFARS 252.247-7024 Notification of Transportation of Supplies by Sea DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (FEB 2007) (a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract. (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government. (End of Clause) FAR 52.252-2 -- Clauses Incorporated by Reference (FEB 1998). 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): https://www.acquisition.gov/far/ DLAD 52.228-9000 Insurance (FEB 2005) - DLAD The Contractor shall, at its own expense, provide and maintain during the entire period of any resulting contract, including any extensions granted by contract modification, at least the kinds and minimum amounts of insurance noted here: Workers' Compensation and Employer's Liability - $100,000 (except in states with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers.) General Liability- $500,000 per occurrence Automobile Liability - Property damage $20,000 per occurrence, Bodily injury $200,000 per person and $500,000 per occurrence. When requested by the Contracting Officer, the Contractor shall provide a copy of all subcontractors' proofs of required insurance no later than five (5) days before each subcontractor commences work on the Government installation. (End of clause) DDC 52.232-9W10 INSTRUCTION FOR PAYMENT BY DFAS (FEB 2007) This contract/order will be paid by DFAS. Invoices for supply contracts shall be submitted at time goods are shipped. Invoices for service contracts shall be submitted in accordance with instructions provided in the contract/order. At a minimum, each invoice shall include the following information: - Contractor name, address, and CAGE code - Invoice date and invoice number - Contract number/order number - Contract Line Item Numbers (CLINs) with corresponding BOSS document numbers - CLIN description, quantity, unit of measure, unit price and extended total prices - Additional information required by the Prompt Payment Act at FAR 52.232-25 Invoices shall be faxed or emailed to the contract specialist identified on page 1 of this document in the block titled "Administered by". In accordance with the Prompt Payment Act (FAR 52.232-25), payment will normally be made within thirty (30) days after receipt of proper invoice or acceptance of supplies/services, whichever is later. All inquiries regarding payments shall be directed to: DFAS - ATTN: DFAS-CVDAAD/CO P.O. Box 369016 Columbus, OH 43236-9016 email: DFAS-CO_LC@dfas.mil All questions and inquiries should be addressed via email to patrick.vansant@dla.mil Request for Quote Number SP3300-11-Q-0153. The question period will end COB 22 July 2011. Pricing and representations/certifications are required NLT 11:00 AM EDT ON 29 JULY 2011. This information should be submitted to above email address or faxed to 717-770-7591. Contractors must be capable of accepting payment by government credit card for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-11-Q-0153 /listing.html)
 
Place of Performance
Address: Defense Logistics Agency, Aquisition Operations, DLA Distribution, 2001 Mission Drive Bldg 404, J7-AB, New Cumberland, Pennsylvania, 17070-5000, United States
Zip Code: 17070-5000
 
Record
SN02496053-W 20110714/110712234927-9d8f8f3ac99c1c22101c12b00d4801ed (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.