Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2008 FBO #2259
SOLICITATION NOTICE

70 -- Sun Servers and Equipment

Notice Date
12/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514, UNITED STATES
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-08-R-0009
 
Response Due
12/28/2007
 
Point of Contact
Jacquelyn Fleet, Contract Specialist, Phone 315-330-3270, Fax 315-330-2555
 
E-Mail Address
jacquelyn.fleet@rl.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of amendments or other pertinent information. Solicitation FA8751-08-R-0009 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-22 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20071108. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is a Total Small Business Set Aside. The NAICS code is 334111 with associated small business size standard of 1000 employees. The contractor shall provide the items listed in the attached document on a firm fixed price basis. The specified brand names are required in order to comply with strictly accredited program requirements. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. BRAND NAME JUSTIFICATION: The ISSE program relies exclusively upon the TSOL, Solaris 10, and associated hardware as configured for security domains of varying classification due to DIA and other agency mandated use. The suite of hardware, software, and associated equipment is a tightly controlled baseline that could not be changes without significant adverse cost and schedule impact across the Defense community. The required delivery date is 30 days after date of award. The place of delivery, acceptance and FOB destination point is USPACOM Pearl Harbor, HA. The provision at 52.212-1, Instructions to Offerors - Commercial Items (Nov 2007), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 3 PM Friday 28 December 2007. Submit to: AFRL/RIKO, Attn: Jacquelyn Fleet, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to jacquelyn.fleet@rl.af.mil. Offerors are encouraged to submit their proposals using the SF 1449, Solicitation/Contract/Order for Commercial Items. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation - Commercial Items (Jan 1999) applies. Paragraph (a) - offers will be evaluted using the following factors: (i) price and (ii) past performance. Both factors are of equal importance. Past performance may be obtained by the Government from sources inside or outside the Government in order to determine responsibility. Offerors are not required to submit past performance information. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2007) and ALT I (Apr 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (k) of this provision and submit it with their proposal. In addition, offerors shall complete and submit the representations and certifications at 52.212-7000, Offeror Representations and Certifications - Commercial Items.(Jun 2005). For your convenience, paragraph (k) of 52.212-3 and 252.212-7000 are attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Nov 2007), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995) 52.219-6, Notice of Total Small Business Aside Alternate I (Oct 1995) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-28, Post Award Small Business Program Representation (Jun 2007) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Aug 2007) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) 52.239-1, Privacy or Security Safeguards (Aug 1996) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007), applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 52.203-3 Gratuities (APR 1984) 252.225-7012 Preference for Certain Domestic Commodities (JAN 2007) 252.227-7015 Technical Data - Commercial Items (NOV 1995) 252.227-7037 Validation of Restrictive Markings on Technical Data (SEP 1999) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) 252.243-7002 Requests for Equitable Adjustment (MAR 1998) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) The following additional DFARS provisions and clauses also apply: 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (OCT 2006) 252.211-7003, Item Identification and Valuation (JUN 2005) 252.232-7010, Levies on Contract Payments (DEC 2006) NOTE that the clause FAR 52.232-18 Availability of Funds (APR 1984) applies at this time. Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires payment requests to be submitted and processed electronically. Contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website ? https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-DEC-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 31-JAN-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-08-R-0009/listing.html)
 
Record
SN01497876-F 20080202/080131231145 (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.