MODIFICATION
70 -- Various ADP Supplies
- Notice Date
- 4/29/2010
- Notice Type
- Modification/Amendment
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-10-T-0182
- Archive Date
- 5/24/2010
- Point of Contact
- Sara C. Cook, Phone: 3017577194
- E-Mail Address
-
sara.c.cook@navy.mil
(sara.c.cook@navy.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 and a written solicitation will not be issued. Solicitation N00421-10-T-0182 P00001 is being issued as a Request for Quotation (RFQ). The applicable North American Industry Classification System code is 334111. Offerors must be registered in the Central Contractor Registration (CCR) database prior to submission of an offer to be considered for award of any DoD contract. This may be accomplished electronically at http://www.ccr.gov/vendor.cfm. The government intends to solicit on a competition bases under the authority of FAR 13.106-1. This notice is a request for competitive RFQ. However, interested parties may submit a capabilities statement in which they identify their interest and capability. All capability statements received by 4:00 P.M. Eastern Standard Time, 9 May 2010, will be considered by the government for the purpose of determining a competitive procurement. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the RFQ. The Government reserves the right to process the procurement on a sole source basis based upon review of the responses received. The Government will not pay for any information received. The firm fixed price contract line item numbers will be as follows: CLIN 0001 - COUPLER P/N: SG-235, QTY 9 EACH CLIN 0002 - WINDOWS 2008 SERVER STANDARD MEDIA KIT P/N: P73-04819, QTY 1 EACH CLIN 0003 - TRIPP LITE INTEROFFICE 600U P/N: INTERNET600U, QTY 6 EACH CLIN 0004 - MS OFFICE PROFESSIONAL P/N: 79P-01207, QTY 12 EACH CLIN 0005 - SYMANTEC GHOST SOLUTIONS SUITE 2.5 STANDARD LICENSE P/N: 13882280, QTY 12 EACH CLIN 0006 - WINZIP COMPUTWINZIP 14.0 P/N: LCWZ14STDENB, QTY 12 EACH CLIN 0007 - MOUSE, USB, MS BASIC OPTICAL P/N: P58-00001, QTY 12 EACH CLIN 0008 - PTT SWITCH, FOOT P/N: 632-S, QTY 6 EACH CLIN 0009 - HEADSET (PROSET MEDIA PRO) P/N: RPSV (PSM), QTY 12 EACH CLIN 0010 - BOGEN TABLE TOP MIC P/N: DDU250, QTY 6 EACH CLIN 0011 - CISCO 871 ROUTER P/N: CISCO871-SEC-K9, QTY 6 EACH CLIN 0012 - MICROSOFT EXCHANGE 2010 SERVER STANDARD EDITION LICENSE P/N: 312-04070, QTY 6 EACH CLIN 0013 - WINDOW 2008 SERVER STANDARD LICENSE P/N P73-05005, QTY 6 EACH CLIN 0014 - ACRONIS BACKUP AND RECOVERY SERVER 10 LICENSE FOR WINDOWS + 1 YEAR ADVANTAGE PREMIER P/N: TISLLPENG12, QTY 6 EACH CLIN 0015 - NERO 9 ULTRA EDITION P/N: 9GOV10-19P, QTY 12 EACH CLIN 0016 - PHOTOSHOP ELEMENTS 8 WIN LICENSE P/N: 65045205AF01A00, QTY 6 EACH CLIN 0017 - SAMSUNG SLIM CD/DVD P/N: SE-T084M/RSWD, QTY 6 EACH CLIN 0018 - BELKIN DUAL USB CHARGER P/N: F8Z145, QTY 6 EACH CLIN 0019 - ROSEWILL 6 FT USB 2.0 CABLE P/N: RCW-100, QTY 6 EACH CLIN 0020 - COUPLER P/N: SG-235, QTY 2 EACH CLIN 0021 - TRIPP LITE INTEROFFICE 600U P/N: INTERNET600U, QTY 2 EACH CLIN 0022 - PTT SWITCH, FOOT P/N: 632-S, QTY 2 EACH CLIN 0023 - HEADSET (PROSET MEDIA PRO) P/N: RPSV (PSM), QTY 2 EACH CLIN 0024 - BOGEN TABLE TOP MIC P/N: DDU250, QTY 2 EACH CLIN 0025 - CISCO 871 ROUTER P/N: CISCO871-SEC-K9, QTY 2 EACH CLIN 0026 - MICROSOFT EXCHANGE 2010 SERVER STANDARD EDITION USER CALS P/N: 381-04225, QTY 5 EACH CLIN 0027 - WINDOWS 2010 SERVER STANDARD MEDIA KIT P/N: 312-04009, QTY 1 EACH CLIN 0028 - WINDOWS 2008 SERVER STANDARD EDITION USER CALS P/N: R18-02804, QTY 5 EACH CLIN 0029 - SMARTLOCK SWITCH W/CABLE P/N: SGC 54-64-150FT, QTY 9 EACH The contractor shall extend to the Government, full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's rights with regard to the terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract will take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. The following provisions apply to this requirement per the FAR/DFAR: CLAUSES INCORPORATED BY REFERENCE 52.211-6 Brand Name or Equal (Aug 1999) 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008) 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009) 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) 52.222-3 Convict Labor (Jun 2003) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registrations (Oct 2003) 52.233-3 Protest After Award (Aug 1996) 52.247-34 F.O.B Destination (Nov 1991) 52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Form) (Apr 1984) 52.249-8 Default (Fixed-Price Supply and Service)(Apr 1984) 52.252-3 Alterations in Solicitation (April 1984) 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Jan 2009) 252.203-7002 Requirements to Inform Employees of Whistleblower Rights (Jan 2009) 252.204-7000 Disclosure of Information (Dec 1991) 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007) 252.211-7003 Item Identification and Valuations (Aug 2008) 252.232-7003 Electronic Submission of Payment Request and Receiving Reports (Mar 2008) CLAUSES INCORPORATED BY FULL TEXT 52.252-1 Solicitations Provision Incorporate by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov/far or http://www.farsite.hill.af.mil/. 52.211-14 Notice of Priority Rating for National Defense Use (Apr 2008) Any contract awarded as a result of this solicitation will be [ ] DX rated order; [XX] DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations Systems (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulations. 52-212-2 Evaluation-Commercial Items (Jan 1999) does not apply to this acquisition. The Government will evaluate to determine that the price is fair and reasonable in accordance with FAR Part 15, before making award. The offeror shall provide backup information verifying the price offered, i.e., a copy of current catalog, invoices for the same services, etc. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Feb 2010) (Deviation 2009-O0005: May 2009) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not re quire the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b) (i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d) (2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) Reserved. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. - Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) United States law will apply to resolve any claim of breach of this contract. 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2009) (Deviation 2009-O00005: May 2009) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract FAR 52.212-5 (DEVIATION), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, (Jun 2005) Alt I (Apr 2003) 252.237-7019 Training for Contractor Personnel Interacting with Detainees (Sep 2006) 252.247-7023 Transportation of Supplies by Sea (May 2002) 252.247-7024 Notification of Transportationi of Supplies by Sea (Mar 2000) Quotations are due to, Purchasing Agent, Naval Air Warfare Center Aircraft Division, Building 441 Rm 128, 21983 Bundy Road, Patuxent River, MD 20670, either by e-mail at or by fax at by 4:00 P.M. Eastern Standard Time,. Questions regarding this notice should be addressed by email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-10-T-0182/listing.html)
- Place of Performance
- Address: Delivery will be:, NAVAL AIR WARFARE CENTER AD (PAX) N3555A, RECEIVING OFFICER, BLDG 8115, 17598 WEBSTER FIELD ROAD, ST. INIGOES MD 20684-4013, St. Inigoes, Maryland, 20684, United States
- Zip Code: 20684
- Zip Code: 20684
- Record
- SN02136475-W 20100501/100429235428-453c58fb9ad0247c13447ec09ee67feb (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 |