Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2010 FBO #3221
SOLICITATION NOTICE

70 -- Network Storage Solution - Requirements (parts) - Prequirements List - Instructions

Notice Date
9/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 95 CONS, 5 South Wolfe Avenue, Edwards Air Force Base, California, 93524
 
ZIP Code
93524
 
Solicitation Number
FA930110MA055
 
Archive Date
9/22/2010
 
Point of Contact
Barbara L Newkirk, Phone: 661-277-0792
 
E-Mail Address
barbara.newkirk@edwards.af.mil
(barbara.newkirk@edwards.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Instructions to Offerors Requirements List Requirements (parts) NetApp Enginerring Solution Solicitation/Synopses FA9301-10-M-A055 TYPE OF ANNOUNCEMENT: This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in Federal Acquisition Regulation (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 will not be issued. This solicitation is issued as a Request for Proposal (RFP), in accordance with FAR Parts 12 and 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-45 and DFARs Change Notice (DCN) 20100827. Submit proposals to Directorate of Contracting, AFFTC/PKT, Bldg 2800, 5 South Wolfe Ave, ATTN Ms. Barbara Newkirk, Edwards AFB CA 93524. Proposals are due no later than 7:00 AM Pacific Standard Time (PST) on 20 September 2010. A request for proposal (RFP) is being used to facilitate proposal preparation and evaluation. The written RFP must be downloaded from www.fbo.gov. No hard copies will be issued. On the page where the RFP is posted is a link to a registration page if you would like to receive notices of amendments and/or addenda that may be issued to the solicitation. If you do not register, it is your responsibility to periodically review the web site for any changes to the RFP. Contractors that are debarred, suspended or proposed for debarment are excluded from receiving contracts. Proposals prepared by debarred, suspended or otherwise ineligible contractors are at the risk and expense of the contractor. Contractors must be registered in the Central Contractor Registration (CCR) system prior to award for solicitations issued after 31 May 1998. To register in CCR, go to http://www.ccr.gov. DESCRIPTION OF REQUIREMENT: The requirement is for supplying,installation and operability of IT hardware at Edwards Air Force Base (EAFB) in accordance with the requirement statement, dated 08 Sep 2010, attached to the solicitation. The Contractor shall make available all personnel, equipment, vehicles, supervision and services necessary to perform the requirement. Equipment need not be name brand, but must be new COMPETITION: This acquisition is 100% Small Business set-aside. In order to qualify for this program, a business must meet the following criteria: It must be a certified Small Business. The size standard is one-thousand employees (1000). The Federal Supply Class (FSC) is 7025. The North American Industry Classification System (NAICS) code is 334112. The offerors shall include with its proposal a completed copy of the provision at FAR 52.219-1, Small Business Program Representations (Alternate I). TYPE OF SOLICITATION: Solicitation FA9300-10-M-A055 is a Request for Proposal (RFP). Offerors should pay close attention to Instructions to Offerors - Commercial Items, which is incorporated in the RFP document. The required contents of the proposal package are described in the RFP document. The offeror shall include with its proposal a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Alternate I). The offerors shall include with its proposal a completed copy of the provision at Defense Federal Acquisition Regulation Supplement (DFARS) 252.212-7000, Offeror Representations and Certifications - Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there are no addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Additional FAR clauses cited in 52.212-5 are applicable to this acquisition. To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). METHOD OF EVALUATION: The government will award a contract to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and technical capability (capability of the item offered is able to meet agency need) considered. TYPE OF CONTRACT CONTEMPLATED: The Government anticipates award of a firm-fixed-price contract to the responsible offeror whose proposal is most advantageous to the Government. However, the Government reserves the right to make no award at all depending on the quality of the proposals received, prices submitted, and the availability of funds. Contract financing will not be provided for this acquisition. ELECTRONIC INVOICING: IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include Defense Federal Acquisition Regulation Supplement (DFARS) Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payments (invoices) under Department of Defense (DoD) contracts to be submitted in electronic format. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors shall register for an account at https://wawf.eb.mil. POINT OF CONTACT: Complete proposals are due no later than 4:00 P.M. PST on 20 SEP 10. Proposals shall be sent to Directorate of Contracting, AFFTC/PKT, Bldg 2800, 5 South Wolfe Ave, ATTN Ms. Barbara Newkirk, Edwards AFB CA 93524. All correspondence pertaining to this solicitation shall conspicuously reference FA9300-10-M-A055. Offerors may reach Ms. Newkirk by telephone at 661-277-0792 or via e-mail at barbara.newkirk@us.af.mil or Steve Barry at 661-277-8454 or via email at steven.barry@edwards.af.mil All correspondence sent via e-mail shall contain a subject line that reads "FA9300-10-M-A055 ". E-mail filters at Edwards Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the prescribed subject line is not included, the e-mail may not get through the e-mail filters. Also.zip or.exe files are prohibited attachments and may be deleted by the e-mail filters at Edwards AFB. Ensure only.PDF,.doc, or.xls documents are sent as attachments to e-mail. The e-mail filters may delete any other form of attachments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/12345/FA930110MA055/listing.html)
 
Place of Performance
Address: Edwards Air Force Base, Edwards, California, 93524, United States
Zip Code: 93524
 
Record
SN02287075-W 20100919/100917235921-828c154caec5cb3fdd793fdc21fdb0f4 (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.