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

74 -- Degausser - Revised Minimum Requirements

Notice Date
9/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
333313 — Office Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-11-T-0260
 
Archive Date
9/27/2011
 
Point of Contact
Karen J. Gibson, Phone: 937-522-4606
 
E-Mail Address
karen.gibson@wpafb.af.mil
(karen.gibson@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Revised Minimum Requirements DEGAUSSER - FA8601-11-T-0260 The U.S. Air Force requires an experienced contractor to provide a Combination Degausser and Disk Drive Mutilator to be used to destroy Classified and Critical Unclassified information on hard disk drives and magnetic tapes in accordance with NSA standards. The anticipated award is firm fixed price - Lowest Price Technically Acceptable (LPTA). Additional detail on the requirements can be found in the Minimum Requirements (attachment 2). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-11-T-0260 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37, 14 Oct 09. The associated North American Industry Classification System (NAICS) code is 333313. Size standard is 1,000 employees. This RFQ has one line item: Contractor shall provide a combination Degausser and Disk Drive Mutilator Duo in accordance with the Minimum Requirements (Attachment 2). Proposals must contain the following: - Price quote - A complete description of the equipment to be provided - Evidence of completed Representations and Certifications Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (May 2011) (attachment 1), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial (June 2008). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov and completing the on-line Representations and Certifications. Quotations MUST contain a complete description of equipment offered to clearly show item meets the requirements listed in the Minimum Requirements, Attachment 2, hereto. Quotations shall provide a point-by-point comparison to each item listed in the Minimum Requirements. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets minimum requirements" is unacceptable and will not be considered for potential acceptance. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the requirements in the Statement of Work. The lowest priced technically acceptable offer will be awarded the contract. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Contract financing is NOT provided for this acquisition. Quotations must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror whose quote is conforming to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Factors (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be - Price - Ability to comply with the requirements of the Minimum Requirements, as evidenced by providing a complete description of the equipment to be provided 52.212-3, Contractor Representations and Certifications (May 2011) (Full-text copy - attachment 1 to this RFQ); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (June 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Aug 2011) The clauses that are check marked as being applicable to this purchase are: - 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010); - 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); - 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161); - 52.219-28, Post Award Small Business Program Representation (Apr 2009); - 52.222-3, Convict Labor (June 2003); - 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jul 2010); - 52.222-21, Prohibition of Segregated Facilities (Feb 1999); - 52.222-26, Equal Opportunity (Mar 2007); - 52.222-35, Equal Opportunity for Veterans (Sep 2010); - 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); - 52.222-37, Employment Reports on Veterans (Sep 2010); - 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Sep 2010); - 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act (Jun 2009); - 52.225-13, Restrictions on Certain Foreign Purchases (Jan 2008); - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [end fill in for 52.212-5]; 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far) The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.204-7004 (Alt), Required Central Contractor Registration (Sep 2007); 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Aug 2011): [The clauses that are check marked as being applicable to this purchase are: - 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009); - 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009); - 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program (Dec 2010); - 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); - 252.247-7023 Transportation of Supplies by Sea (May 2002) & Alternate III (May 2002) [end fill in for 252.212-7001]; The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Apr 2010). [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Mr. Howard E. Marks, Jr., ASC/AQH, 1755 Eleventh Street, B570, Room 101, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-8642, Email: howard.marks@wpafb.af.mil.] [end fill in for 5352.201-9201]. The following local clause will be included in subsequent award. A full text version is available upon request: ASC/PKO G-001 WAWF Electronic Invoicing Instructions Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement: 1. FAR 52.212-3, Representations and Certifications - May 2011 (Return with quotation, or register electronically in ORCA) 2. Minimum Requirements Quotations, references AND completed representations and certifications, if not available in ORCA, are due by 11:00 am on September 12, 2011 to: Karen Gibson, ASC/PKOB. E-mail: Karen.Gibson@wpafb.af.mil Mailing Address: ATTN: Karen Gibson 88 CONS/PKBB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Karen Gibson at karen.gibson@wpafb.af.mil or 937-522-4606. *Please note that the response date has been extended to 11:00 am Eastern on 12 September 2011*
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0260/listing.html)
 
Place of Performance
Address: Wright-Patterson Air Force Base, Dayton, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02568433-W 20110910/110909001511-e7b4d3e7c9cba8047b71ae80280ac7e5 (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.