Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2009 FBO #2788
SOLICITATION NOTICE

D -- Request for Proposal for Quantum Annual Maintenance and Support Services and additional Quantum Tape Slots

Notice Date
7/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785409Q0021
 
Response Due
7/18/2009
 
Archive Date
8/28/2009
 
Point of Contact
Brenda Keiper 703 490-7252<br />
 
E-Mail Address
MARCORPSYCOM
(keiperbf@efv.usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items for the Program Manager, Advanced Amphibious Assault (PM AAA), in Woodbridge, VA, 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; quotations are being requested and a written solicitation will not be issued. Solicitation M67854-09-Q-0021 is issued hereto as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33 and Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice 20090115. This acquisition is set-aside 100% for small business under North American Industry Classification System (NAICS) Code 423430 and a size standard of 100 employees. Pursuant to FAR 11.105, a determination has been made that the support services and storage cartridges for the QUANTUM Scalar i2000 tape back up system is the only product that meets the Government's needs. Statutory Authority: FAR 11.105(1) the particular brand name, product or feature is essential to the Government's requirements, and market research indicates other companies' similar products do not meet, or cannot be modified to meet, the agency's requirement. The requirement is to renew the annual maintenance agreement for a Quantum tape back-up unit and purchase additional Quantum tape slots for required expansion capability [See attached list of Quantum items (with description and part number) to be procured]. The services to be performed under the proposed contract require that the contractor have direct access to Quantum software source code, key business processes, scheduled release dates for updates, and other technical and business information. Quantum has not licensed or otherwise given access to its proprietary code and data to any resellers or other third party vendors. Consequently, this RFQ requests quotes for Quantum brand name items only. Solicitation provision at FAR 52.212-1, Instructions to Offerors, Commercial Items is hereby incorporated by reference. Offerors are reminded to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items, and submit it with the offer. FAR Clause 52.212-4, Contract Terms and Conditions, Commercial Items, is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, is hereby incorporated by reference. The following paragraphs apply to this solicitation: (b)(6)(i) 52.219-6 Notice of Total Small Business Set-Aside; (b)(15) 52.222-3 Convict Labor; (b)(16) 52.222-19 Child Labor, Cooperation with Authorities and Remedies; (b)(17) 52.222-21 Prohibition of Segregated Facilities; (b)(18) 52.222-26 Equal Opportunity; (b)(19) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (b)(20) 52.222-36 Affirmative Action for Workers with Disabilities; (b)(21) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (b)(25)(ii) 52.225-3 Alt 1, Buy American Act-Free Trade Agreements - Israeli Trade Act; (b)! (27) 52.225-13 Restrictions on Certain foreign Purchases; and (b)(32) 52.232-33 Payment by Electronic Funds Transfer, Central Contractor Registration. DFARS clause 252.212-7000, Offeror Representations and Certifications, Commercial items is hereby incorporated by reference. DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2009) is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: (b)(17) DFARS 252.232-7003, Electronic Submission of Payment Request (MAR 2008) and (b)(20)(iii) DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea. Full text of the referenced clauses and provisions may be accessed on-line at http://farsite.hill.af.mil. All proposals must include the following information: Company's complete mailing address, discounts for prompt payment, if any (e.g. 1% 10 days), CAGE Code, Dun & Bradstreet number, and Taxpayer ID number. The Government intends to evaluate quotations based on price. The contractor must have current registration through Central Contractor Registration (CCR), http://www.ccr.gov to be eligible for award. The successful contractor shall be required to invoice through the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil. No facsimile proposals will be accepted. Responses to this RFQ must be received via e-mail no later than 2:00 p.m., EDT on 28 July 2009 from Brenda Keiper, Contract Specialist at email keiperbf@efv.usmc.mil. A text copy of this announcement may be viewed at https://www.neco.navy.mil. It is the offeror's responsibility to check this web site for all information related to this procurement. No hard copies of this solicitation will be provided. All responsible sources may submit a quotation which, if received in a timely manner, shall be considered by the agency. Numbered Note 1 applies to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785409Q0021/listing.html)
 
Place of Performance
Address: PM AAA14041 Avenue, Woodbridge, VA<br />
Zip Code: 22192<br />
 
Record
SN01873495-W 20090715/090713235713-82ddaae9e416330d06672714e336d3db (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.