Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2014 FBO #4464
SOLICITATION NOTICE

70 -- WHEATSTONE LOGIC BLADE - SAP FORM

Notice Date
2/11/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ003040070003000
 
Archive Date
3/12/2014
 
Point of Contact
Shevonn Moore, Phone: 951-413-2634
 
E-Mail Address
shevonn.moore@dma.mil
(shevonn.moore@dma.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SAP FORM COMBINED SYNOPSIS/SOLICITATION WHEATSTONE LOGIC BLADE This is a combined synopsis/solicitation for 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. a. Solicitation Number HQ003040070003000 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-72, effective 30 January 2014 and DFARS Change Notice 20140129. c. This procurement is a brand name requirement, associated with NAICS Code 334112, and small business size employees 750. d. Description: Note: 100% SMALL BUSINESS CLIN 0001 : The Contractor shall provide a unit and total price for each CLIN listed below items listed below: CLIN Description Quantity Unit Price Total Price 0001 Wheatstone LIO-48 Logic 16 $_____________ $___________ Blade e. Delivery and acceptance will be made at: AMERICAN FORCES NETWORK - BC ENGINEERING 23755 Z STREET RIVERSIDE CA 92518-2031 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (JUL 2013) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR Provision 52.212-2 Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (NOV 2013). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (SEP 2013) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (JAN 2014) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (JUL 2013) FAR 52.232-33 (Payment by Electronic Funds-System for Award Management (JUL 2013) DFARS 252.204-7004 Alt A (System For Award Management) (MAY 2013) DFARS 252.204-7012 (Safeguarding of Unclassified Controlled Technical Information) (May 2013) DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012) DFARS 252.232-7006 (Wide Area Work Flow Payment Instructions (May 2013) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) j. QUOTATIONS ARE DUE BY 2:00PM PACIFIC STANDARD TIME ON 25 FEBRUARY 2014 IN ORDER TO BE CONSIDERED. Send quotation responses to Shevonn Moore @ Shevonn.Moore@dma.mil or via fax to (951) 413-2432. Assistance or questions about this announcement may be telephonically addressed at (951) 413-2634. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/de61ae16174822dceedcd1b5c2aeac6d)
 
Place of Performance
Address: AMERICAN FORCES NETWORK - BC ENGINEERING, 23755 Z STREET, RIVERSIDE, California, 92518-2031, United States
Zip Code: 92518-2031
 
Record
SN03286698-W 20140213/140211235024-de61ae16174822dceedcd1b5c2aeac6d (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.