Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOLICITATION NOTICE

70 -- Cisco ISRs - Bill of Material - Redacted J&A

Notice Date
9/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
F4FTAK7249A101
 
Point of Contact
Emily S Hardy, Phone: 9372553398
 
E-Mail Address
emily.hardy.1@us.af.mil
(emily.hardy.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
+++NETCENTS-2 VENDORS ONLY+++ DUE TO TECHNICAL ISSUES WITH THE AFWAY PORTAL, ALL NETCENTS-2 SOLICITATIONS ISSUED PURSUANT TO FAIR OPPORTUNITY ARE CURRENTLY BEING POSTED ON FBO. ONLY AWARDEES UNDER THE NETCENTS-2 IDIQ CONTRACT WILL BE CONSIDERED FOR AWARD UNDER THIS SOLICITATION. 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. In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The solicitation document, F4FTAK7249A101, is a Request for Quotes (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-95. The associated NAICS code is 334210. Small business size standard is: 1,250 employees This requirement is for the following: Cisco ISRs *See attached Bill of Materials and Redacted J&A for requirement specifications Ship to: Wright-Patterson AFB, OH 45433, FOB is 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. 52.212-3, Offeror Representations and Certifications - Commercial Items. If offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov, offeror shall complete and submit only paragraphs 52.212-3(b), Offeror Representations and Certifications--Commercial Items, (below) with the offer. (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] If an offeror has not completed the annual representations and certificates electronically at the SAM website, the offeror shall complete and submit only paragraphs 52.212-3 (c) through (o). The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The provision at 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations applies to this acquisition. All items must be TAA compliant in accordance with FAR. DPAS rating is DO-A7. NETCENTS-2 pricing is required. Award will be made to the lowest price, technically acceptable, responsive, responsible offeror. Anticipated Award Date is: 18 Sep 2017 Lt. Col Kenneth L. Decker, Jr. 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, or you may contact the Ombudsman at Kenneth.decker.l@us.af.mil. Proposals are due by 08:59 AM EST, 14 SEP 2017. Proposals shall be sent via email to emily.hardy.1@us.af.mil. Any questions regarding this acquisition should be directed to emily.hardy.1@us.af.mil. Addendum: Bill of Materials (BOM/Quote Sheet) Redacted J&A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/F4FTAK7249A101/listing.html)
 
Record
SN04673875-W 20170914/170912232719-b1b0aeaa4c8127cf91dec78e900d9147 (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.