Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2008 FBO #2273
MODIFICATION

70 -- MITSUI DATA STORAGE MEDIA

Notice Date
2/14/2008
 
Notice Type
Modification
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Scott, 2300 East Dr. Building 3600, Scott AFB, IL, 62225-5406, UNITED STATES
 
ZIP Code
62225-5406
 
Solicitation Number
Reference-Number-DHQCSD08MPC0142
 
Response Due
2/19/2008
 
Archive Date
3/5/2008
 
Point of Contact
Ronald Anderson, Contract Specialist, Phone 618-229-9259, Fax 618-229-9177
 
E-Mail Address
ronald.anderson1@disa.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. The solicitation number is DHQCSD08MPC0142. The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2005-23 effective December 26, 2007 and Defense Federal Acquisition Circular Number DCN20080124 effective January 24,2008. This is a 100% small business set-aside. The associated NAICS code is 423690 and the small business size standard is 500 employees. The items to be acquired are Mitsui brand name storage related products. A list of contract line item number(s) and items, quantities and units of measure follow: ITEM: 000001 QTY: 4,000 UNIT: Each DESCRIPTION: Plastic Media CD/DVD Protectors, C-Shell Clear. ITEM: 000002 QTY: 300,000 UNIT: Each DESCRIPTION: CD/DVD Media Paper Sleeve with window, Plain White, No Flap ITEM: 000003 QTY: 300,000 UNIT: Each DESCRIPTION: 700MB (80 Min) Silver CD-R with Color Thermal Clearcoat (Mitsui P/N 00041018) ITEM: 000004 QTY: 4,000 UNIT: Each DESCRIPTION: DVD-Recordable Discs (DVD-R), 4.7V2, 16X, MAM HUB, Thermal Silver, Mitsui P/N 000163119 Required delivery is 27 Feb 2008. Staggered (partial) delivery is requested at 50,000 units per month for ITEMS 000002 and 000003. Speciify your firm?s shipping availability and capability in your quote. NOTE: Failure to meet the initial required delivery date will result in the quote being determined as technically insufficient. Shipping is FOB Destination to: DISA SMC Montgomery 401 East Moore Dr, Bldg 857 Maxwell AFB/Gunter Annex Montgomery, AL 36114-3301 Attn: Harvey Green PAYMENT: Government Credit Card The following clauses apply to this procurement and any resultant contract: 52.212-1, Instructions to Offerors?Commercial 52.212-3, Offeror Representations and Certifications?Commercial Items Offeror shall include a completed copy of the provision at far 52.212-3, Offeror Representation and Certifications. Note: If your firm?s representations and certifications have been entered into the http://orca.bpn.gov/ , your firm is not required to submit additional representations and certifications. However, your firm must provide its DUNS number and a statement that the Online Representations and Certifications (ORCA) website has current information. The provision may be obtained at http://farsite.hill.af.mil . FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2007) is incorporated by reference and applies to this acquisition. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Items 52.204-7 Central Contractor Registration 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 - Notice of Total Small Business Set-Aside 52.219-14 - Limitations on Subcontracting 52.222-3 Convict Labor 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action For Workers With Disabilities 52.232-36 Payment by Third Party 52.233-3 Protest After Award 52.247-34 F.O.B. Destination 52.253-1 Computer Generated Forms 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A 252.246-7000 Material Inspection And Receiving Report 52.204-9001 Contract/Order Closeout?Fixed-Price, Time-and-Materials, or Labor-Hours (Jan 2007) Timely contract closeout is a priority under this contract/order. The Contractor shall submit a final invoice within ninety (90) calendar days after the expiration of this contract/order, unless the Contractor requests and is granted an extension by the Contracting Officer, in writing. In addition, and concurrent with the submission of the final invoice, the Contractor shall notify the Contracting Officer of the amount of excess funds that can be deobligated from this contract/order so the closeout process can begin as soon as possible upon expiration of this contract/order. A bilateral contract/order closeout modification will be forwarded to the Contractor by the Contracting Officer and must be signed by the Contractor and returned to the Contracting Officer within thirty (30) calendar days of issuance of the modification. A Contractor?s failure to respond and/or sign the bilateral closeout modification within thirty (30) calendar days of receipt will constitute approval of the terms of the modification and the modification will subsequently be processed unilaterally by the Contracting Officer to deobligate excess funds and close this contract/order. If this contract/order contains option periods, the Contractor is required to submit an invoice within ninety (90) calendar days after expiration of the base period of performance and the expiration of each exercised option period of performance to allow for deobligation of excess funds that were obligated in those respective periods of performance. (End of clause) 52.209-9000 ORGANIZATIONAL AND CONSULTANT CONFLICTS OF INTEREST (OCCI) (DEC 2005) (a) An offeror shall identify in its proposal, quote, bid or any resulting contract, any potential or actual Organizational and Consultant Conflicts of Interest (OCCI) as described in FAR Subpart 9.5. This includes actual or potential conflicts of interests of proposed subcontractors. If an offeror identifies in its proposal, quote, bid or any resulting contract, a potential or actual conflict of interests the offeror shall submit an Organizational and Consultant Conflicts of Interest Plan (OCCIP) to the contracting officer. The OCCIP shall describe how the offeror addresses potential or actual conflicts of interest and identify how they will avoid, neutralize, or mitigate present or future conflicts of interest. (b) Offerors must consider whether their involvement and participation raises any OCCI issues, especially in the following areas when: (1) Providing systems engineering and technical direction. (2) Preparing specifications or work statements and/or objectives. (3) Providing evaluation services. (4) Obtaining access to proprietary information. (c) If a prime contractor or subcontractor breaches any of the OCCI restrictions, or does not disclose or misrepresents any relevant facts concerning its conflict of interest, the government may take appropriate action, including terminating the contract, in additional to any remedies that may be otherwise permitted by the contract or operation of law. (End of clause) The Government plans to make a single award to the responsible offeror whose offer conforms to the requirements as stated in this combined synopsis and represents the Best Value to the Government based on the least price technically acceptable (LPTA) methodology. A firm-fixed price contract is contemplated. RFQ responses are due 19 February 2008 at 11AM Eastern time zone. Email submission is required. Late quotes will not be accepted. Discussions will not be held. The name and telephone number of the individual to contact for information regarding the solicitation: Ronald J. Anderson, Contract Specialist; 618-229-9259; ronald.anderson1@disa.mil . ________________________________________ JUSTIFICATION AND APPROVAL TO PROCURE USING OTHER THAN FULL AND OPEN COMPETITION Upon the basis of the following justification, I, as Contracting officer, hereby approve the use of other than full and open competition of the proposed contractual action pursuant to the authority of 10 U.S.C. 2304(c)(1). JUSTIFICATION 1. Agency and Contracting Activity: a) Defense Information Systems Agency DISA CSD Logistics GS4422 401 E. Moore Drive MAFB Gunter Annex, AL 36114 [REDACTED] b) Defense Information Technology Contracting Organization (DITCO) Scott Field Office/PL8322 2300 East Drive Scott AFB, IL 62225-5406 2. Nature/Description of Action(s). Specific Make and Model request for Mitsui Data Storage Media. The Configuration Management Division, SMC Montgomery is responsible for the creation, mass reproduction and distribution of software releases for numerous critical defense systems. This is accomplished by the use of automated high-volume robotic duplication equipment supporting both inkjet and thermal printers. These releases are produced on MicroTech Duplicators running continuously 24/7. MicroTech Duplicators require the use of these Mitsui products because of thickness and composition. The majority of CD-Rs and DVD-Rs are produce for desk top computers and aren?t suitable for mass production processes. Duplicators require high quality input media in order to efficiently produce the required volume and quality of output media necessary to support a DoD wide customer base without jamming, distorting or producing otherwise unusable media. Experience has shown that only these Mitsui products work in this process. A firm fixed price award is anticipated and the estimated cost is [REDACTED]. 3. Description of Supplies/Services. a) MAM-A (Mitsui) Part# 00041018, 700MB (80 Min) Silver CD-R with Color Termal Clearcoat, Media Dye Phthalocyanine, 52X b) MAM-A (Mitsui) Part# 000163119, DVD-Recordable Discs (DVD-R), 4.7V2, 16X, MAM HUB (S)/BHV, Thermal Silver. c) Plastic Media CD/DVD protectors, C-Shell (Clamshell) Clear (not make or model specific). d) CD/DVD Media Paper Sleeve with window, plain white, no flap (not make or model specific). 4. Identification of Statutory Authority. The proposed contractual action is pursuant to the authority of 10 U.S.C. 2304(c)(1), only one responsible manufacturer and no other supplies or services will satisfy agency requirements. 5. Demonstration of Contractor?s Unique Qualifications. The Mitsui CD-Rs and DVD-Rs are the only reliable media for use in mass volume duplicators. These products are recommended by the duplicator?s manufacturer and past experience with other media resulted in malfunctions, system shut downs and a wasted dollars. Most CDs and DVDs are designed for desk top use not mass production. The Mitsui?s thickness and composition produces the durability needed for success software production. 6. through 11.: [REDACTED] 12. Statement of Period of Performance and/or Delivery Schedule. A staggered delivery schedule is required. 50,000/month of each part number. Delivery is required immediately to prevent work stoppage. 13. through SIGNATURE PAGE [REDACTED] ________________________________________ SECTION 508 The following Section 508 Accessibility Standard(s) (Technical & Functional Performance Criteria) are applicable to this acquisition: 1194.24 Video and Multimedia Product 1194.31 Functional Performance Criteria NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-FEB-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DISA/D4AD/DITCO/Reference-Number-DHQCSD08MPC0142/listing.html)
 
Place of Performance
Address: DISA SMC Montgomery 401 East Moore Dr, Bldg 857 Maxwell AFB/Gunter Annex Montgomery, AL
Zip Code: 36114-3301
Country: UNITED STATES
 
Record
SN01509701-F 20080216/080214233211 (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.