Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2016 FBO #5364
SOLICITATION NOTICE

70 -- Cisco Servers and Components - N0617A16RCBK193 - Request for Quote

Notice Date
7/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
N0617A16RCBK193
 
Archive Date
8/25/2016
 
Point of Contact
David Rios Chinas, Phone: 843-963-5166, Daniel C. Tureac, Phone: 843-963-3304
 
E-Mail Address
david.rios_chinas.1@us.af.mil, daniel.tureac@us.af.mil
(david.rios_chinas.1@us.af.mil, daniel.tureac@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
N0617A16RCBK193 - Single Source Justification N0617A16RCBK193 - Request for Quote COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is N0617A16RCBK193 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination solicitation synopsis that will used to submit quotes. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 effective 14 Jul 2016. (iv) This acquisition is 100% set aside for small business under NAICS code 511210 with size standard of $27.5M. (v) Contractor shall submit a quote for the purchase of CISCO brand server with componets in strict accordance with the attached Request for Quote (RFQ) for the Naval Nuclear Power Training Command, Joint Base Charleston - Weapons Station, South Carolina. All responsible sources may submit a quote, which shall be considered. (vi) The contractor shall provide and deliver the Embroidery Software to Joint Base Charleston - Weapons Station. The Embroidery Software shall be provided in strict accordance with the attached Request for Quotes (RFQ). (vii) The delivery shall be within 30 days after award of contract. FOB: Destination (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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 in the following relative order of importance: 1. Price. 2. Technical capability of the item offered to meet the Government requirement. In order to be technical acceptable, the proposed item must be a CISCO brand. The Government will evaluate the total price of the offer for award purposes. The Government will award a contract to the lowest priced technically acceptable offer. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov (xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. • FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations • FAR 52.211-17, Delivery of Excess Quantities • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: • FAR 52.222-21 -- Prohibition of Segregated Facilities. • FAR 52.222-50 -- Combating Trafficking in Persons. • FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. • FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (xiii) The following additional clauses are applicable to this procurement. • FAR 52.204-7, System for Award Management • FAR 52.211-6, Brand Name or Equal • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-28, Post Award Small Business Representation • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) • FAR 52.233-3 -- Protest After Award. • FAR 52.253-1 Computer Generated Forms • DFARS 252.204-7004, Alternate A. System for Award Management • DFARS 252.209-7991 Representation by Corporations Regarding and Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Lay -Fiscal Year 2016 Appropriations (DEVIATIONS 2016-O00002) (Oct 2015) (a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in sections 744 and 745 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFFARS 5352.201-9101 Ombudsman OMBUDSMAN (APR 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr. Gregg Oneal, AFICA/KM, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 10 August 2016 no later than 2:00 PM EST. Requests should be marked with solicitation number N0617A16RCBK193. (xvi) Address questions to A1C David Rios, Contracting Specialist, at (843) 963-5166, fax (843) 963-5183, email david.rios_chinas.1@us.af.mil or Contracting Specialist, SSgt Daniel Tureac at (843) 963-3327, fax (843) 963-5183, email daniel.tureac@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/N0617A16RCBK193/listing.html)
 
Place of Performance
Address: Joint Base Charleston, Joint Base Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN04202352-W 20160731/160729235155-810e33f30b9103624608b74e244a395a (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.