Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2012 FBO #3722
SOLICITATION NOTICE

70 -- LTO Data Cartridges

Notice Date
1/31/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
GTMO Branch (PARC Amercias 410th CSB), KO DIRECTORATE OF CONTRACTING, JTF GTMO J4, APO AE 09360, AE 09360-0000
 
ZIP Code
09360-0000
 
Solicitation Number
W91KAQ-2016-1658
 
Response Due
2/20/2012
 
Archive Date
4/20/2012
 
Point of Contact
Thomas Harvey, 01153993381
 
E-Mail Address
GTMO Branch (PARC Amercias 410th CSB)
(thomas.d.harvey@jtfgtmo.southcom.mil)
 
Small Business Set-Aside
N/A
 
Description
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (i) This is a combined synopsis/solicitation for a commercial items prepared in accordance with the format in FAR Subpart 12.6 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. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number W91KAQ-2016-1658. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-55, 3 Jan 12; DPN 20111220, 30 Jan 12; and AFARS REVISION # 025, 01 Apr 10 (iv) This solicitation is set-aside as unrestricted. The North American Industry Classification System (NAICS) code is 334112. (v) Potential offerors are to quote on the following line items: ***CLINS are in attached document*** (vi) Offerors are authorized to quote line items indicated above as an "or equal." If an "or equal" is quoted, the offeror is required to submit the technical specifications along with the offer. (vii) SHIPPING INSTRUCTION FOR CONTINENTAL US: If items can be shipped in packages not to exceed 70 pounds or 130 inches (length x width), they can be shipped via USPS to the following address: Attn: 1Lt Justin Weiler JTF-GTMO/J6 APO AE 09360 Offerors must specify in their quote which shipping method will be used. Items will be delivered and accepted at F.o.b. Destination. Anything to be shipped under the acceptance of this RFQ in the form of an award/contract will use the following government shipping services, please use the shipping information as seen below to calculate/formulate any shipping cost: BARGE SHIPPING INFORMATION: JTFGTMO/J4/ PORTUS 8998 BLOUNT ISLAND BLVD CONTRACT #: TBD JACKSONVILLE, FL 32226 PACKAGE MARKING: The contractor/shipper must mark all packaging and invoices with the following: ATTN: GTMO-J6 1LT JUSTIN WEILER CONTRACT #: TBD 011-5399-8703 E-MAIL: JUSTIN.M.WEILER@JTFGTMO.SOUTHCOM.MIL SHIPMENT TRACKING: The Contractor shall notify, via e-mail to the addressee's below, the following information: CONTRACT NUMBER: TBD NAME OF CONTRACTOR: TBD SHIP FROM ADDRESS: TBD SHIP TO ADDRESS: TBD ITEMS SHIPPED: TBD DATE OF SHIPMENT: TBD (viii) FAR 52.212-1, Instructions to Offerors--Commercial Items (JUN 2008), applies to this acquisition. Stressed importance is placed on the following: All quotes must include the following information: Company's complete mailing and remittance address, discounts for prompt payment if any, CAGE Code, Dun & Bradstreet number (DUNS), and Taxpayer ID number (if a US vendor), technical specifications, and price. Quotes must be valid for a period of no less than 30 days. Vendors shall indicate, by number of calendar days, the amount of time needed to deliver the items described in paragraph (v). All offers are to be furnished to SSgt Thomas Harvey by e-mail, thomas.harvey@jtfgtmo.southcom.mil. E-mail size is limited to 3MB, but multiple e-mails may be sent. The following provisions are applicable: 52.252-1 Solicitation Provisions Incorporated by Reference - Http://farsite.hill.af.mil 52.252-5 Authorized Deviations in Provisions (ix) FAR 52.212-2, Evaluation--Commercial Items (JAN 1999), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) technical capability of the item offered to meet the Government requirement, and technical capability shall be evaluated on an acceptable or unacceptable basis; (2) price, shall be evaluated as the lowest offer first. The Government intends to award to one vendor on an all or none basis to the lowest priced proposal that is technically acceptable. A written notice of award or acceptance of an offer e-mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors must submit, along with their offer, a copy of the completed representations and certifications as prescribed in FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2011). (ORCA is accepted) (xi) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010) applies to this acquisition. The following clauses are applicable: 52.211-6 Brand Name or Equal 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated by Reference - Http://farsite.hill.af.mil 52.252-6 Authorized Deviations in Clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7036 Buy American Act--North American Free Trade Agreements--Balance of Payments Program 252.225-7042 Authorization to Perform 252.232.7003 Electronic Submission of Payment Requests 252.233-7001 Choice of Law (Overseas) 252.247-7023 Transportation of Supplies by Sea The full text of the FAR and DFARS can be accessed on the Internet at http://www.farsite.hill.af.mil/ (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2012) (DEVIATION) (xiii) The following is information regarding invoicing for the resulting award: (1) Invoices shall be submitted in Wide Area Workflow (WAWF) for payment after delivery in accordance with the prices specified in the resulting contract schedule. (2) The Contractor shall furnish copies of any and all invoices by electronic mail to the Acceptance POC listed herein and to the Contract Specialist, SSgt Thomas Harvey, thomas.d.harvey@jtfgtmo.southcom.mil (3) Wide Area Workflow -Receipt and Acceptance (WAWF-RA) is the method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. The Contractor shall: (i) Register to use WAWF-RA at https://wawf.eb.mil and (ii) Ensure an electronic business point of contract (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this order/contract. (4) WAWF- RA Instructions - Contractor shall submit payment request using the following method as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office - Wide Area Workflow (WAWF) (see instructions below) Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) in Block 18a of the purchase order/contract. Please have your purchase order/contract number ready when calling about payments. DFAS POC and Phone: Customer Service @ 1-800-553-0527. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire status of your payment. The following codes and information will be required to assure successful flow of WAWF-RA documents: TYPE OF DOCUMENT: Combination Invoice CAGE: TBD ISSUE BY DODAAC: W91WRZ INSPECT BY DODAAC: W91KAQ ACCEPT BY DODAAC: W91KAQ SHIP TO DODAAC: W91KAQ PAYMENT OFFICE FISCAL STATION CODE: TBD EMAIL POINTS OF CONTACT LISTING: INSPECTOR/ACCEPTOR: Justin.M.Weiler@jtfgtmo.southcom.mil RECEIVING OFFICE POC: TBD CONTRACT SPECIALIST: Thomas.D.Harvey@jtfgtmo.southcom.mil CONTRACTING OFFICER: Lourdes.Schroeder@us.army.mil (xiv) A Defense Priorities and Allocations System (DPAS) rating will not be assigned to this acquisition. (xv) Quotes are due to this office no later than 1400 hrs, Eastern Standard Time, 20 Feb 12. Quotes may be sent via e-mail to thomas.harvey@jtfgtmo.southcom.mil. (xvi) The point of contact for this combined synopsis/solicitation is SSgt Thomas Harvey who can be reached at 011-5399-3381 or by e-mail, thomas.harvey@jtfgtmo.southcom.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e7dfc70919e807422ed1755a1d81d626)
 
Place of Performance
Address: GTMO Branch (PARC Amercias 410th CSB) KO DIRECTORATE OF CONTRACTING, JTF GTMO J4 APO AE 09360 AE
Zip Code: 09360-0000
 
Record
SN02664576-W 20120202/120131234810-e7dfc70919e807422ed1755a1d81d626 (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.