Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

70 -- EMC WARRANTY MAINTENANCE - DD Form 254 - Item Listing - Statement of Work - Brand Name J&A

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-09-R-5011
 
Archive Date
10/9/2009
 
Point of Contact
Benny T. Terry, Phone: 7195569381, Patricia Conken, Phone: 7195564886
 
E-Mail Address
benny.terry@peterson.af.mil, patricia.conken@peterson.af.mil
(benny.terry@peterson.af.mil, patricia.conken@peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name J&A Statement of Work (SOW) Item Listing DD Form 254 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, 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. (ii) This Request for Proposal (RFP) is issued as solicitation, FA2517-09-R-5011 (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36. (iv) This acquisition is not set aside for small business but is procured as full and open competition. The NAICS code for this requirement is 811212, Computer and Office Machine Repair and Maintenance. The size standard is $25 million and a single award will be made as a result of evaluation of proposals. (v) See attached commercial item listing for EMC hardware and software maintenance. Warranty maintenance is one year from date of award. (vi) The requirement is for EMC software and hardware maintenance support per the attached Statement of Work and Item Listing. Required service support is for a 12 month period from date of contract award. Item No. Description Quantity Unit Unit Price Amount 0001 EMC SW and HW 1 Lot Warranty Maintenance Support (vii) Commercial items shall be priced as FOB destination to Peterson AFB, CO and CMAFS, CO. (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. (JUNE 2008), applies to this acquisition. Vendor shall certify that it is an Authorized Channel Partner as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer. Hardware/software warranty maintenance must be provided by an EMC authorized channel partner. Replacement products will be new OEM through EMC authorized distribution channels and no third party, black market or refurbished products will be provided. Unless otherwise specified, Vendor shall warrant that the products submitted in this offer are from the applicable Manufacturer or through the applicable Manufacturer Authorized Channels only. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of proposal submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. (ix) The provision at FAR 52.212-2(a) Evaluation--Commercial Items (JAN 1999), applies to this acquisition. Evaluation will be based on low price from an EMC authorized channel partner. The EMC website will be checked prior to award to ensure awardee is an EMC channel partner. (x) The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (AUG 2009), applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Proposal submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MARCH 2009), applies to the acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (JUN 2009) (DEVIATION) applies to this acquisition. The following additional FAR clauses apply to this acquisition. 1. FAR 52.203-3, Gratuities (Apr 1984) 2. FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) 3. FAR 52.213-2, Invoices (Apr 1984) 4. FAR 52.217-8, Option to Extend Services (Nov 1999) 5. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) 6. FAR 52.222-21, Prohibition of Segregated Facility (Feb 1999) 7. FAR 52.222-26, Equal Opportunity (Mar 2007) 8. FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 9. FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 10. FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006). 11. FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 12. FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) 13. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003) 14. FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 15. FAR 52.245-1, Government Property (Jun 2007) The following DFARS Clauses are applicable to this solicitation: 1. DFARS 252.203-7000, Requirement Relating to Compensation of Former DoD Officials (Jan 2009) 2. DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (Jun 2005) 3. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Deviation) (July 2009) 4. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). 5. DFARS 252.243-7002, Requests for Equitable Adjustment (Mar 1998) 6. DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002) The following AFFARS clauses are applicable to this solicitation: 1. AFFARS 5352.201-9101, Ombudsman (Aug 2005) 2. AFFARS 5352.237-9001, Requirements Affecting Contractor Personnel Performing Mission Essential Services (Oct 2004) 3. AFFARS 5352.242-9000, Contractor Access to AF Installations (Aug 2007) (xiv) The Defense Priorities and Allocation Systems (DPAS) does not apply to this request for proposal. (xv) Proposal submission: Proposal shall include price information, proposal expiration date, DUNS, Cage Code, tax ID and terms and conditions. Responses to this solicitation must be submitted no later than 4:00 PM, Mountain Standard Time on 24 September 2009. (xvi) POC is Mr. Benny T. Terry, 719-556-9381 for information regarding this solicitation. Questions should be submitted by 1600 MST, 22 September 2009. Submit your proposals to Mr. Terry, email address: benny.terry@peterson.af.mil. Attachments: 1. Brand Name 2. Statement of Work 3. Item Listing 4. DD Form 254
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-09-R-5011/listing.html)
 
Place of Performance
Address: PETERSON AFB, COLORADO SPRINGS, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN01959727-W 20090919/090918001005-83666b00b70a3a7d3b7aca2476b853ca (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.