SOLICITATION NOTICE
70 -- Server Equipment - JUSTIFICATION & APPROVAL DOCUMENT - OFFER REPRESENTATIONS & CERTIFICATIONS - BILL OF MATERIALS
- Notice Date
- 6/9/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-10-R-0031
- Archive Date
- 7/8/2010
- Point of Contact
- Robert Gigliotti, Phone: 315-330-2205, Andrew S. Clark, Phone: 315/330-3272
- E-Mail Address
-
robert.gigliotti@rl.af.mil, andrew.clark@rl.af.mil
(robert.gigliotti@rl.af.mil, andrew.clark@rl.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- BILL OF MATERIALS (SPECIFICATIONS). OFFER REPRESENTATIONS & CERTIFICATIONS. To be completed by the offeror and submitted with offer. J & A DOCUMENT This is a combined synopsis/solicitation for commercial items solicited in accordance with the procedures of FAR 13.5 and prepared in accordance with the format in FAR 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-10-R-0031 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100519. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is a total small business set-aside under NAICS code 334111 and small business size standard of 1000 employees. The contractor shall provide the required system in the attached Bill of Materials on a Firm Fixed Price (FFP) basis. All items must be in new condition. Offerors shall specify the warranty period for hardware. Total price must include shipping FOB Destination. The brand name Oracle/Sun Microsystems equipment is necessary for the Information Support Server Environment (ISSE) in order to provide an operationally certified and accredited capability for the secure exchange of data. Please note that equipment not identified as Oracle/Sun Microsystems may be quoted "Brand Name or Equal". Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The expected delivery date is 30 days after receipt of order (ARO). The place of delivery, acceptance, and FOB destination point is F4HBL1/Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 3 PM (ET) Wednesday 23 JUNE 2010. Submit by email to andrew.clark@rl.af.mil, or by facsimile to 315-330-8081. Offerors are encouraged to submit their proposal using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) For all items not identified as Oracle/Sun Microsystems, offerors must provide a technical description of the items being offered, in sufficient detail, for the Government to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents. (b)(10) Offerors shall submit past performance information for contracts within the previous 3 years for Server Systems (and related items), which are relevant in terms of scope and magnitude to the requirements of this RFP. Please include contract numbers, points of contact with telephone numbers and email addresses, and any other relevant information. (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within 4 (four) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at FAR 52.212-2 Evaluation -- Commercial Items applies. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: (i) PRICE, (ii) PAST PERFORMANCE, (iii) ABILITY TO MEET DELIVERY SCHEDULE, and (iv) ORACLE/SUN AUTHORIZED/CERTIFIED RESELLER STATUS. All evaluation factors other than price, when combined, are of equal importance to price. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their proposal. In addition, offerors shall complete and submit the representations and certifications at DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (Jun 2005). For your convenience, paragraph (b) of 52.212-3 and 252.212-7000 are attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government Alternate I (Oct 1995) 52.219-6, Notice of Total Small Business Aside Alternate I of 52.219-6 (Oct1995) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-28, Post Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Aug 2009) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2010), applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) 252.225-7012, Preference for Certain Domestic Commodities (DEC 2008) 252.227-7015, Technical Data--Commercial Items (NOV 1995 ) 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) 252.232-7003, Electronic Submission of Payment Requests (MAR 2008) 252.243-7002, Requests for Equitable Adjustment (MAR 1998) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) The following additional FAR and FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal (Aug 1999) 52.232-18, Availability of Funds (1984) 52.247-34, FOB Destination (Nov 1991) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) 252.211-7003, Item Identification and Valuation (AUG 2008) 252.232-7010, Levies on Contract Payments (2006) 5352.201-9101, OMBUDSMAN (APR 2010) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a proposal, which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-R-0031/listing.html)
- Place of Performance
- Address: Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514, Rome, New York, 13441, United States
- Zip Code: 13441
- Zip Code: 13441
- Record
- SN02172653-W 20100611/100609235122-7c3e8c3a656ec38d0b27919c8217ffaa (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 |