Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2005 FBO #1207
SOLICITATION NOTICE

70 -- HD-1T Degausser

Notice Date
3/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-F2XHC65060A100
 
Response Due
3/30/2005
 
Archive Date
4/14/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item 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; a written solicitation will not be issued. The solicitation document and incorporation provisions and clause are those in effect through Federal Acquisition Circular (FAC) 2005-01 and Class Deviation 05o0001, AFAC 2005-0209, AETC FAR Sup (15 Apr 2003), Defense Federal Acquisition Regulation Supplement, and Defense Change Notice (DCN) 20050222. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. The North American Industry Classification System code is 423430 with a small business, size standard of 500 employees. This acquisition is 100% set aside for small business. Description of Requirement: (CLIN) 0001: HD-1T Degausser; Requirements: Degausser capable of accommodating all 3.5 inch form factor hard disk drives to one-third height (1 inch or 25mm) thickness; plus VHS and smaller tape cassette and cartridge sizes. Tape capacity includes all common backup media, e.g. LTO, DLT, 3480-3490-9840-9940, 4mm, 8mm, Travan, etc. Also, degausser that meets DoD requirements for purging classified information on magnetic disk media up to 4200 Oersteds and magnetic tape media up to 2500 Oersteds. Must satisfy all applicable regulations and guidelines and must be listed on the National Security Agency Degausser Products List (DPL); CLIN 0002: One (1) year service agreement; CLIN 0003: Six (6) month certification; CLIN 0004: Shipping. Offerors responding to this requirement must include a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications?Commercial Items (Jan 2004), DFARS 252.212-7000, Offeror Representation and Certifications?Commercial Items (Nov 1995), and DFARS 252.225-7000, Buy American Act-- Balance Payment Program Certificate (Apr 2003) with the quotation. Clauses and provisions may be accessed via the Internet, https://farsite.hill.af.mil or http://www.arnet.far.gov. The following clauses and provisions are incorporated by reference IAW FAR 52.252-2?Clauses Incorporated by Reference (Feb 1998) will be included in the purchase order. FAR 52.212-1, Instruction to Offerors?Commercial Items (Jan 2004), applies to this acquisition. The clause at FAR 52.212-4 Contract Terms and Conditions?Commercial Items (Oct 2003), is incorporated into this RFP and is an addended to add the following clause: 52.219-6, Notice of Small Business Set-Aside (Jun 2003), FAR 212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (Apr 2004) is applicable. The following FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set Aside (June 2003) (15 U.S.C. 644); 52.222-3, Convict Labor, (June 2003), 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246), 52.225-1, Buy American Act?Supplies (June 2003) (42U.S.C. 10a-10d) (E.O. 11755), 52.233-3, Protest after Award (Aug 1996)(31 U.S.C 3553), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212), 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31 U.S.C. 3332). The following FAR clause also applies to this combined synopsis/solicitation: 52.252-6, Authorized Deviations in Clauses (Apr 1984), 52.253-1, Computer Generated Forms (Jan 1991). The following DFARS) 252.225-7001, Buy American Act and Balance of Payments Programs (Apr 2003), 252.225-7002, Qualifying Country Sources as Subcontractors (Apr 2003), 252.232-7003, Electronic Submission of Payment Request (Jan 2004), 252.243-7002, Request of Equitable Adjustment (Mar 1998), 252.247-7023, Transportation of Supplies be Sea (May 2002), are also applicable. Offerors not registered in the Central Contractor Registration are ineligible for award. Offerors may register at www.crr2000.com. Offerors doing business with the Government must also register in the Wide Area WorkFlow (WAWF) database; the website for WAWF is https//wawf.eb.mil. All offerors must be received no later than 30 Mar 05, 10:00 am Central Standard Time and must be able to respond to the information contained herein. Offers may be mailed to 42d Contracting Squadron, Acquisition Flight B-3, Building 804, Maxwell AFB AL 36112-6334, ATTN: Marie Lauderdale, phone number (334) 953-3518, fax number (334) 953-2198, email marie.lauderdale@maxwell.af.mil. Quotations should meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the number: F2XHC65060A100 and provide a delivery date on the quotation. For questions and concerns, contact Marie Lauderdale at (334) 953-3518.
 
Place of Performance
Address: Maxwell AFB, Alabama
Zip Code: 36112
Country: USA
 
Record
SN00768996-W 20050317/050315212227 (fbodaily.com)
 
Source
FedBizOpps.gov 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.