Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
MODIFICATION

70 -- FRED-DX or equal

Notice Date
9/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 647 CONS - Hickam, 90 G Street, bldg. 1201, JBPHH, Hawaii, 96853-5230, United States
 
ZIP Code
96853-5230
 
Solicitation Number
Robertson-F1DT881216A001-FRED-DX
 
Point of Contact
Xavier Robertson, Phone: (808) 448-2956, Donald K. Thorndyke, Phone: 808-448-2955
 
E-Mail Address
xavier.robertson@hickam.af.mil, keith.thorndyke@hickam.af.mil
(xavier.robertson@hickam.af.mil, keith.thorndyke@hickam.af.mil)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) 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. FAR subpart 13.5, Test Program for Certain Commercial Items is applicable. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1DT881216A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, effective 04 Aug 11; Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20110819, effective 19 Aug 11; and Air Force Acquisition Circular (AFAC) 2011-0714, effective 14 Jul 11. (iv) This acquisition is unrestricted. The associated NAICS code is 334111with a 1000 employee size standard. (v) There are two Contract Line Item Numbers(CLIN) associated with this combined synopsis/solicitation, which is as follows: CLIN 0001, The contractor shall provide Digtal Intelligence Forensic Recovery of Evidence Devices(FRED-DX) machines or equal(If equal product is submitted please provide specifications for review of acceptability), must at a minimum, must meet the following requirements: •IDE and SATA Drive Hardware Write Blocker •SCSI, USB, Firewire, Multimedia/Memory Card Write Blocker •Floppy Write Protection •X5660 2.8 GHz Hex Core processor •24GB RAM •Ventilated imaging shelf •Windows 7 OS The quantity and unit of issues associated with this CLIN is 24 each and shall be issued as a firm fixed price. CLIN 0002, The contractor shall provide freight and shipping to the following locations: 09 FRED-DX units to 1 FIS/CI&O 721 Vandenberg Dr., Bldg 373 Travis AFB, CA 94535-412 08 FRED-DX units to AFOSI 4 FIS Vogelweh AFB GE UNIT 8970 BOX 510 APO AP 09021 07 FRED-DX units to AFOSI 6 FIS UNIT 5063 APO AP 96326-6338 Japan (vi) PARAGRAPH NOT USED – Data incorporated into paragraph v above. (vii) FOB destination. Delivery shall be FOB destination with a required delivery date no later than 30 calendar days after contract award. (viii) Note: clauses and provisions are incorporated and will remain in full force in any resultant award. Full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil). FAR 52.212-1, Instructions to Offerors-Commercial applies. Addenda to the following paragraphs of 52.212-1 are: Central Contractor Registration (CCR). Offerors must be registered with the CCR (http://www.ccr.gov) database upon submission of their request for quote (RFQ) to be considered responsive. If confirmation of CCR is not provided with the proposal submission by the closing date of the RFQ, the offer shall be considered nonresponsive and ineligible for contract award. (ix) FAR 52.212-2 Evaluation-Commercial Items Evaluation applies. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous/best value to the government, price and other factors considered. The Government will evaluate quotations based on Price. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 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; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. • FAR 52.219-14, Limitations on Subcontracting • 52.222-50, Combating Trafficking in Persons. • FAR 52.225-13, Restrictions on Certain Foreign Purchases • Unless exempt pursuant to 23.204, insert the clause at 52.223-15, Energy Efficiency in Energy-Consuming Products, in solicitations and contracts when energy-consuming products listed in the ENERGY STAR® Program or FEMP will be-(a) Delivered;(b) Acquired by the contractor for use in performing services at a Federally-controlled facility;(c) Furnished by the contractor for use by the Government; or (d) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance. • FAR 52.253-1 -Computer Generated Forms • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.225-7012 and 252.225-7031 • DFARS 252.225-7014 and 252.225-7015 • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report (xiv) Defense Priorities and Allocation System: N/A (xv) Response to this combined synopsis/solicitation must be received via email or mail by 15 Sep 2011 no later than 4:00 PM Hawaii Standard Time. Requests should be marked with solicitation number F1DT881216A001. Please send responses to both email addresses below. If quote are sent via parcel mail, send to Department of the Air Forces, Pacific Air Forces, 647 CONS, ATTN: A1C Xavier Robertson, 90 G Street, Joint Base Pearl Harbor-Hickam, HI 96853-5230. (xvi) Address questions to Xavier Robertson Contract Specialist, at (808) 448-2956, fax (808) 448-2911, email xavier.robertson@hickam.af.mil or Keith Thorndyke, Contracting Officer, Phone (808) 448-2955, email keith.thorndyke@hickam.af.mil. Any questions in regards to this solicitation must be submitted no later than 12 Sep 11 to ensure Government ample response time and timely submittals of proposals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/15CONS/Robertson-F1DT881216A001-FRED-DX/listing.html)
 
Place of Performance
Address: See Description for Delivery Locations, United States
 
Record
SN02566761-W 20110910/110908235420-c31cd09e4bc2f4b6529dc8b7993a903e (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.