MODIFICATION
59 -- CF-19 Toughbooks - PART NUMBER CHG - Amendment 1
- Notice Date
- 5/10/2010
- Notice Type
- Modification/Amendment
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8629-10-R-2477
- Archive Date
- 6/5/2010
- Point of Contact
- Nancy G. Leggett, Phone: (937) 255-1696
- E-Mail Address
-
nancy.leggett@wpafb.af.mil
(nancy.leggett@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- updated model contract including changed part number and description. 1. The Aeronautical Systems Center (ASC) is soliciting proposals for an initial purchase of 25 CF-19 Toughbook computers. In addition, we are soliciting for a further 130 computers in case funding becomes available in the future. This project is part of the broader Battlefield Airmen program, currently addressing requirements for combat control/special tactics and pararescue. This combined synopsis/solicitation for commercial items was prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Solicitation FA8629-10-R-2477 is issued as a Request for Proposal (RFP) using the streamlined procedures for evaluation of commercial items as outlined in FAR 12.6. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. The acquisition will be processed as a full and open competition. The associated NAICS code is 334111. THE RESPONSE DATE HAS BEEN EXTENDED TO 21 MAY 2010. 2. Respondents to this Request for Proposal (RFP) should submit a fact sheet and a bid for a CF-19 Toughbook with the attributes listed on under CLIN 0001 of the model contract. Each system shall include the standard warranty available for the CF-19. Please state what is included in the standard warranty. In addition, please state if higher level warranties are available, what they entail, and the costs associated with those warranties. In the event that this office determines to purchase a higher level warranty, that warranty will be included as a separate CLIN in the contract. The place of delivery for the initial 25 Toughbooks is listed in the model contract attached hereto, and the contractor shall propose a delivery date for the 25 computers.. THE PART NUMBER FOR THIS ITEM HAS CHANGED. PLEASE SEE THE UPDATED MODEL CONTRACT FOR THE NEW PART NUMBER. 3. In addition, we are also soliciting a quote for an additional optional buy of up to 130 CF-19 Toughbooks. These may be purchased as funding becomes available. Therefore, all offerors shall propose any quantity discount(s) available, and what the minimum order is to receive any quantity discount. This additional purchase will be placed as an option in the ensuing contract. The contractor shall propose a delivery schedule (in days/weeks after award format) for the optional Toughbooks. 4. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation - Commercial Items, is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. As indicated on the attached Standard Form 1449, award will be made on the basis of a simplified trade-off. In this instance, technical selection criteria will be of greater importance than cost. The Government will also evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s) and general statements that the offeror can or will comply with the requirements, that standard procedures will be used, that well-known techniques will be used, or paraphrases of the RFP specification in whole or in part will not constitute compliance with this requirement concerning the content of the technical requirement. Offerors shall complete and submit with each proposal FAR 52.212-3 Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items. 5. Two (2) paper copies should be submitted to the address listed in paragraph 6 below. Paper copies must be clearly labeled "Proprietary/Competition Sensitive Information" on the cover sheets and in close proximity to this type of information, on each applicable page. Proprietary/Competition Sensitive information will be protected from disclosure. E-mail copies of the paper submittal will be accepted. 6. Responses and prototypes shall be received no later than 21 MAY 2010. Paper/e-mail submittals should be sent to 670 AESS/SYKA, Attn: Nancy Leggett, 1895 Fifth Street, Bldg 46, Wright-Patterson AFB OH 45433-7200. E-mail address is nancy.leggett@wpafb.af.mil. Telephone is 937-255-1696.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8629-10-R-2477/listing.html)
- Record
- SN02144794-W 20100512/100510234519-b2abc02469edc63e85bdcfe98fafd75e (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 |