Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOLICITATION NOTICE

70 -- Symantec Netbackup - Redacted J&A - BOM

Notice Date
6/5/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WG, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
F3DAAS31270100
 
Archive Date
6/25/2013
 
Point of Contact
Emily S Hardy, Phone: 9372553398
 
E-Mail Address
emily.hardy@wpafb.af.mil
(emily.hardy@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
BOM Redacted BNJA DESCRIPTION: COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. The Government reserves the right to award without discussions. The solicitation document, F3DAAS31270100, is a Request for Quotes (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-66. The associated NAICS code is 511210, small business size standard is: $35.5M This requirement is for the following brand name products: See Attached Bill of Materials OPTION(S) if applicable: Period of Performance: see dates on Bill of Materials. Ship to: Wright-Patterson AFB, OH 45433, FOB Destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition The provision at 52.212-2, Evaluation--Commercial Items, applies; the only evaluation factor being price. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (also mention any addenda to the provision here) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Insert a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition; however, FAR discourages use of any other clauses in addition to the commercial clauses. The contracting officer shall insert the provision at 52.209-7, Information Regarding Responsibility Matters, in solicitations where the resultant contract value is expected to exceed $500,000. Discretionary use of FAR provisions and clauses. The contracting officer may include in solicitations and contracts by addendum other FAR provisions and clauses when their use is consistent with the limitations contained in 12.302. For example: (1) The contracting officer may include appropriate clauses when an indefinite-delivery type of contract will be used. The clauses prescribed at 16.506 may be used for this purpose. (2) The contracting officer may include appropriate provisions and clauses when the use of options is in the Government's interest. The provisions and clauses prescribed in 17.208 may be used for this purpose. If the provision at 52.212-2 is used, paragraph (b) provides for the evaluation of options. TAA compliance shall be in accordance with FAR. DPAS rating is DO-A7. Open Market pricing is required. Award will be made to the lowest price, technically acceptable, responsive, responsible offeror. Anticipated Award Date is: 21 JUN 2013 Ms. Jill Willingham has been appointed as Ombudsman. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or source selection process and does not diminish the authority of the contracting officer. Any questions or concerns about this solicitation should first directed to the buyer at the e-mail address or phone number listed above or you contact the Ombudsman at (937) 255-5472 or via email at: jill.willingham@wpafb.af.mil. Proposals are due by 12:00 PM EST, 10 JUN 2013. Proposals shall be sent via email to emily.hardy@wpafb.af.mil. Any questions regarding this acquisition should be directed to Emily Hardy, (937) 255-3398 or by e-mail. Addendum: Bill of Materials Redacted J&A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/F3DAAS31270100/listing.html)
 
Record
SN03080708-W 20130607/130606001345-cf834429cab40a413e472058154acb0b (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.