Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2011 FBO #3529
MODIFICATION

61 -- ITN Node UPS - Updated Requirements List

Notice Date
7/22/2011
 
Notice Type
Modification/Amendment
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T1DE1145AC01
 
Point of Contact
Jeffrey S. Tolar, Phone: 8508820253, Peter M Wynkoop, Phone: (850) 882-0263
 
E-Mail Address
Jeffrey.Tolar@Eglin.af.mil, Peter.Wynkoop@us.af.mil
(Jeffrey.Tolar@Eglin.af.mil, Peter.Wynkoop@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Items 001 and 002 have been updated. The preposted model numbers were discontinued, the numbers are corrected. The Air Armament Center, Operational Contracting Division, Eglin AFB, FL, intends to solicit and award a firm-fixed price contract for ITN Node UPS, and associated components as listed below for brand name only. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, As supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The announcement number is F1T1DE1145AC01. The North American Industry Classification System (NAICS) code for this acquisition is 335999 with a size standard of 500 employees. Please identify your business size in your response based upon this standard. This is a full and open/100% Small Business set aside. The requirement consists of the following items: 1.00 SMT1500RM2U APC SMART-UPS 1500VA LCD RM 2U 120V 130 EA 2.00 SMT2200RM2U APC Smart-UPS 2200VA RM 2U LCD 120V 54 EA 3.00 AP9631 APC UPS NETWORK MANAGEMENT CARD 184 EA 4.00 RBC44 APC REPLACEMENT BATTERY CARTRIDGE #44 - UPS BATTERY LEAD ACID 36 EA 5.00 APCRBC105 APC 864VAH UPS REPLACEMENT BATTERYCARTRIDGE #105 24 EA 6.00 AP95500 INFRASTRUXURE CENTRAL, 500 NODE LICENSE ONLY 1 EA 7.00 WMS3YR500N 500 NODE INFRASTRUXRE S/W SUP CONTRACT 1 EA 8.00 224-9924 LATITUDE E4310, TAA 2 EA 8.01 317-6031 INTEL CORE I5-560M DUAL CORE 2.66GHZ 3MB, TAA 2 EA 8.02 317-5212 1.0 GB, DDR3-1333 SDRAM, 1 DIMM FOR LATITUDE E4310 2 EA 8.03 330-9911 INTERNAL ENGLISH KEYBOARD FOR LATITUDE E4310 2 EA 8.04 330-1652 DOCUMENTATION (ENGLISH) LATITUDE E- FAMILY/MOBILE PRECISION 2 EA 8.05 320-9258 INTEL® HD GRAPHICS WITH DYNAMIC FREQUENCY 2 EA 8.06 342-0930 160GB HARD DRIVE 9.5MM, 5400RPM FOR LATITUDE E4310 2 EA 8.07 330-9748 NO FINGERPRINT READER AND NO CONTACTLESS SMARTCARD READER FOR LATITUDE E4310 2 EA 8.08 320-9872 13.3" WXGA(1366X768) ANTI-GLARE LED W/MICROPHONE, WWAN READY, SLATE SILVER, LATITUDE 2 EA 8.09 421-1643 GENUINE WINDOWS® 7 PROFESSIONAL, 32-BIT, NO MEDIA 2 EA 8.10 330-6322 GENUINE WINDOWS 7 LABEL, LATITUDE, VOSTRO AND MOBILE PRECISION NOTEBOOKS 2 EA 8.11 421-2973 NO LATITUDE ON READER, DELL LATITUDE 2 EA 8.12 331-0753 65W, 3-PIN, AC ADAPTER FOR LATITUDE 2 EA 8.13 331-0884 US-3FT/FLAT 45W POWER CORD 3 WIRE, LATITUDE 2 EA 8.14 313-9855 8X DVD WITH CYBERLINK POWERDVD TM, NO MEDIA 2 EA 8.15 421-4370 CYBERLINK POWER DVD 9.5,NO MEDIA, DELL OPTIPLEX, LATITUDE AND PRECISION WORKSTATION 2 EA 8.16 430-0797 DELL WIRELESS TM 1501 802.11B/G/N HALF MINI CARD 2 EA 8.17 330-9260 NO INTEL VPRO TECHNOLOGY ADVANCED MANAGEMENT FEATURES, LATITUDE E4310 2 EA 8.18 312-9953 3-CELL (30WH) LITHIUM ION BATTERY 2 EA 8.19 313-9945 NYLON 15.6 CARRY CASE FOR LATITUDE AND PRECISION NOTEBOOKS 2 EA 8.20 922.1137 DELL LIMITED HARDWARE WARRANTY PLUS ONSITE SERVICE INITIAL YEAR 2 EA 8.21 922-1138 DELL LIMITED HARDWARE WARRANTY PLUS ONSITE SERVICE EXTENDED YEAR(S) 2 EA 8.22 929-2870 3 YEAR PROSUPPORT FOR IT AND 3 YEAR NEXT BUSINESS DAY ONSITE SERVICE 2 EA 8.23 926-3072 3 YEAR PROSUPPORT FOR IT AND 3 YEAR NEXT BUSINESS DAY ONSITE SERVICE 2 EA 8.24 984-3990 PROSUPPORT FOR IT: 7X24 TECHNICAL SUPPORT FOR CERTIFIED IT STAFF, INITIAL 2 EA 8.25 983-7582 PROSUPPORT FOR IT: 7X24 TECHNICAL SUPPORT FOR CERTIFIED IT STAFF, 2 YEAR EXTENDED 2 EA 8.27 430-3096 E/PORT PLUS, ADVANCED PORT REPLICATOR FOR 2 EA 8.28 330-7465 INTEL CORE I5 LABEL LATITUDE E-FAMILY/MOBILE PRECISION 2 EA 9.00 13050-713 CHATSWORTH CABINET 55 EA 10.00 DC-11B TIE WRAPS, 11" 10 PG 11.00 L-7-50-0-M CABLE TIE 7IN 1000/PK 8 PG 12.00 L-4-18-0-M TIE WRAPS 4" 8 PG 13.00 189645 MICRO VELCRO.75" X 25 YDS BLACK 4 RO 14.00 TZ231 TZ231 1/2IN BLACK ON WHITE TAPE FOR ALL TZ MACHINES 4 RO 15.00 RR-MP-1000-9-C MOUNTING PADS 8 PG 16.00 93406A247 PACKS OF 50;SHEET METAL SCREWS,STANDARD POINT,STAINLESS STEEL,PLAIN,18-8 STAINLESS STEEL,TRUSS,PHILLIPS,#10,FULLY THREADED,1",DRIVE #2, DRILL SIZE #21,MINIMUM B85 95 PG 17.00 94809A120. PACKS OF 25;BLACK-PHOSPHATE J-STYLE CLIP-ON NUT NO.10 SZ,.045"-.062" PANEL,.250" HOLE CTR TO EDGE 190 PG The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The following clauses are incorporated by reference: FAR 52.204-7, CCR, FAR 52.204-9, Access to Facilities FAR 52-212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; (JAN 99), FAR 52.212-2, Evaluation-Commercial Items; (JAN 05) Technical capability is more important than price, FAR 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers; FAR 52.212-4 Contract Terms and Conditions- Commercial Items; (OCT 03), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: • 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; • 52.219-6, Notice of Total Small Business Set-Aside; • 52.219-8, Utilization of Small Business Concers, • 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; • 52.222-35, 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 Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.225-3, Buy American Act-Alternate III; • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • 52.233-3, Protest after Award • 52.233-4, Applicable Law for Breach of Contract Claim. FAR 52.233-11, Ozone-Depleting Substances FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation, FAR 52.247-34 FOB Destination, FAR 52.252-2 Clauses Incorporated by Reference; (FEB 98), 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, DFARS 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (JUN 05) incorporating the following: • DFARS 252.225-7001 Buy American Act and Balance of Payment Program; (JUN 05); • DFARS 252-232.7003, Electronic Submission of Payment Report, (JAN 04); • DFARS 252.247-7023 Transportation of supplies by Sea, with Alt III; (MAY 02), DFARS 252.225-7002 Qualifying Country Sources as Subcontractors, DFARS 252.246-7000, Material Inspection and Receiving Report, AFARS 5352.242-9000, Contract Access to Air Force Installations, AFARS 5352.242-9001, CAC for contractor H-850, Local Clause for WAWF, Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 8:00 A.M., Central Standard Time on 27 July 2011. The quote is at the discretion of the offeror. Send all packages via email to Jeffrey Tolar at Jeffrey.Tolar@Eglin.AF.MIL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T1DE1145AC01/listing.html)
 
Place of Performance
Address: Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02507578-W 20110724/110723005444-4767e7aa7aef6d4564c274c1dc16f369 (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.