Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2006 FBO #1651
SOLICITATION NOTICE

70 -- Procurement of ADP Components

Notice Date
6/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Procurement and Contracts In Support of Information Services (ACI), Attn: ACI Mail Stop D-88 4600 Sangamore Road, Bethesda, MD, 20816-5003
 
ZIP Code
20816-5003
 
Solicitation Number
HM157106T0001
 
Response Due
6/8/2006
 
Archive Date
6/23/2006
 
Description
Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented by additional information included in this notice. Provide 4 PORT Cybex Secure Switch (10040-SC), Line item 0001, 32/64BIT PCI 1000BXX MMF (DGE-550SX), Line item 0002, 6 FT COLOR CODED SINGLE KVM CBL (CPS26A), Line item 0003, AT-2701FC/SC Network Interface Cards Line item 0004, to various NGA delivery locations to be determined with individual order. Ordering period is June 9, 2006 through July 31, 2006. Delivery is FOB Destination. Quantity will be determined in individual delivery/purchase order, thus submitted quotes shall be based on per item cost. Solicitation HM15710T0001?is being issued as a request for quote and constitutes the only solicitation; a written solicitation will not be issued. NGA anticipates awarding on an overall best value basis. NGA intends to make award without discussions, but reserves the right to hold discussions if deemed necessary. FAR and DFAR provisions and clauses may be accessed at http://www.farsite.hill.af.mil/vffara.htm. The NAICS code is 423430 and small business size is 500. The following FAR provisions and clauses are those in effect through Federal Acquisition Circular 2005-09 effective April 16, 2006 and apply to this acquisition and are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items (Jan 2005), 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003), 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Apr 2005). The following clauses incorporated in 52,212-5 are also applicable: 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (June 2004), 52.221-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun1998),52.222-37 Employment Records on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.225-13 Restriction on Cretin Foreign Purchases (Mar 2005), 52.232-33 Payment by Electronic Funds Transfer- Central contractor Registration(Oct 2003)-absences of registration in Central Contractor Registration (htt://www.ccr.gov), will make an offeror ineligible for award. The following Defense Federal Acquisition Regulation (DFARS) provision and clauses apply to this solicitation: 252.204-7004 Required Central Contractor Registration Alternate A (Nov 2003), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order applicable to Defense Acquisition of Commercial Items (Jan 2005), - the following clauses incorporated in 252.212-7001 are also applicable: 252.232-7003, Electronic Submission of Payment Request (Jan 2004),252.247-7023 Transportation of Supplies by Sea, Alt III (May 2002), 252.247-7024 Notification of Transportation of Supplied by Sea (Mar 2000). Offerors are advised to include a completed copy of 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer or to indicate in their proposal that the offeror?s representations and certifications are available through the Online Representations and Certification Application (ORCA). Beginning January 1, 2005, the FAR requires the use of the Online Representations and Certifications Application (ORCA) in Federal Solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR representations and certifications previously found in solicitations. Quotes received without the completed copy of the provision at FAR 52.212-3 or statement of availability on ORCA will be considered non-compliant. Contractors awarded a contract as a result of offers submitted for Solicitation HM157106T0001 may reference completed certifications, state the completed certifications are current, accurate and complete and agree to notify the Contracting Officer of any changes, in lieu of completing the provision at 52.212-3. This solicitation incorporates by reference and available in full text upon request. (PC&S) DESC(Jan 2006);II.03-8 Contract terms and Conditions Required to Implement Status or Executive Order. Offerors shall include a legible copy of any applicable terms and conditions and warranty information described herein with their offer to be considered responsive. Offerors shall include a legible copy of any applicable terms and conditions and warranty information described herein with their offer to be considered responsive. All offerors shall be received by the contracting officer by no later than 8 June 2006 at 3:00 pm EST. Offers may be submitted via mail, fax, or email. However, offerors are encourage to email the points of contact listed in this synopsis to confirm receipt.
 
Place of Performance
Address: Delivery location specified on individual orders.
 
Record
SN01061901-W 20060604/060602221553 (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.