Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
MODIFICATION

59 -- Support Material For Lab Courses

Notice Date
9/16/2011
 
Notice Type
Modification/Amendment
 
NAICS
334119 — Other Computer Peripheral Equipment 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-0221
 
Archive Date
10/5/2011
 
Point of Contact
Alea A. Cox, Phone: 937-522-4620, Shelley D Deardorff, Phone: 937-522-4569
 
E-Mail Address
alea.cox@wpafb.af.mil, shelley.deardorff@wpafb.af.mil
(alea.cox@wpafb.af.mil, shelley.deardorff@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Please note: This is a Brand Name solicitation only. This is not set aside for only small business, as the solicitation had first stated. If you would like to submit a quote, you have until 20 Sep 2011, at 5:00pm Eastern Time to turn in a quote to be reviewed. AirPCAP NX Packet Capture Devices - FA8601-11-T-0221 The U.S. Air Force requires 27 AirPCAP NX Packet Capture devices. The anticipated award is a brand name, firm fixed price - Lowest Price Technically Acceptable (LPTA). 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-0221 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 Fac 2005-51, Effective 01 Apr 2011. This acquisition is for 100% SET ASIDE FOR SMALL BUSINESS. Competition is restricted to Small Businesses. Small Businesses capable meeting the requirements in the attached Statement of Work are eligible to submit a quotation. The associated North American Industry Classification System (NAICS) code is 334119. Size standard is 1,000 employees. This RFQ has one line item: Contractor shall provide 27 AirPCAP NX Packet Capture devices. Proposals must contain the following: - Price quote - Technical information on equipment offered - Evidence of completed Representations and Certifications Quotations shall be accompanied by a completed FAR 52.212-3, Offeror Representations and Certifications (May 2011) (attachment 2), 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 ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. NOTE: This is a Brand Name Requirement Quotations MUST contain a complete description of products offered to clearly show item meets the brand name requirement. 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 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(s) 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's 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 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). 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 - Commercial Items (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation - Commercial Items (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. 52.212-3, Offeror Contractor Representations and Certifications - Commercial Items (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 (Jun 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: - 52.219-6 Notice of Total Small Business Set-Aside (June 2003); - 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); - 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); -52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); -52.225-1 Buy American Act - Supplies (Feb 2009) - 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2008); and - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [end fill in for 52.212-5]; -52.233-3 Protests After Award (Aug 1996) -52.247-34 F.O.B. Destination (Nov 1991) 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 A), Required Central Contractor Registration (Sep 2007); 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011): [The clauses that are check marked as being applicable to this purchase are: - 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009) - 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003) - 252.225-7036 Buy American Act- Free Trade Agreement Act- Balance of payments Program (Dec 2010) -252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); - 252.247-7023 Transportation of Supplies by Sea (May 2002) [end fill in for 252.212-7001]; The following local clauses will be included in subsequent award. Full text versions are available upon request: 88 CONS G-001 WAWF Electronic Invoicing Instructions; ASC/PKO H-002 Delivery Procedures Commercial Vehicles; STMNT NBR 12 Antiterrorism (AT) Awareness Training. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Quotations, references AND completed representations and certifications, if not available in ORCA, are due by 5:00 P.M. on Monday 12 Sep 2011, to: Alea Cox, ASC/PKOB Fax: 937-904-3637 (ATTN: Alea Cox). E-mail: alea.cox@wpafb.af.mil. Mailing Address: ATTN: Alea Cox ASC/PKOB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Alea Cox at alea.cox@wpafb.af.mil or 937-522-4620. NOTE: Please CC on all communication: Shelley Deardorff (937)522-4569 Shelley.deardorff@wpafb.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0221/listing.html)
 
Place of Performance
Address: AFIT, Wright-Patterson AFB, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02580139-W 20110918/110916235845-139fe3ab1fbf469add49647ee81d7159 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.