Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2011 FBO #3546
SOLICITATION NOTICE

70 -- Dual Controller Array & Blade Servers - Dual Controller Array Equipment List

Notice Date
8/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731
 
ZIP Code
01731
 
Solicitation Number
HSJG-RFQ-002
 
Archive Date
9/1/2011
 
Point of Contact
Graciela Fernandez, Phone: 2109251941, Richard Bremer, Phone: 2109256748
 
E-Mail Address
graciela.fernandez@us.af.mil, richard.bremer@us.af.mil
(graciela.fernandez@us.af.mil, richard.bremer@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Dual Controller Array Equipment List 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 number HSJG-RFQ-002 is hereby issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20110725, and Air Force Acquisition Circular (AFAC) 2011-0714. This solicitation is 100% set-aside for Small Business and is advertised under the North American Industry Classification System (NAICS) Code: 443120 "Computer and Software Stores", with a small business size standard of $25.5M. The Government anticipates a Firm-Fixed-Price (FFP) award as a result of this solicitation. Request a quote on the following item(s) and quantity(s): See attached Equipment List, or equal. Manufacturer: Hewlett-Packard. Award will be made on "all" or "none" basis. All transportation/shipping costs are required to be included in the quotation. If applicable, GSA items shall be noted with the GSA contract number. Required delivery shall be on or before 30 days after receipt of award. Place of delivery shall be 346 TS/TEM, Attn: SSgt Downs, 404 Greig St., Bldg 178, San Antonio TX 78226. The following FAR provisions apply to this acquisition: 52.212-1, Instructions to Offerors--Commercial Items (Jun 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]. The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with 52.212-2, Evaluation--Commercial Items (Jan 1999) [paragraph (a) is as follows: The following factors shall be used to evaluate offers: (i) technical capability of the item(s) offered to meet the Government requirement; (ii) price; (iii) past performance. Technical and past performance, when combined, are approximately equal to cost or price]. Each offeror shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (May 2011), Alternate I (Apr 2011) with their proposal. The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. The following FAR clauses, either by reference or full text, apply to this acquisition: 52.212-4, Contract Terms and Conditions--Commercial Items (Jun 2010). 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders--Commercial Items (Aug 2011) [The clauses that are check marked as being applicable to this purchase are: 52.203-6, Restrictions on Subcontractor Sales to the Government (2006) Alternate I (Oct 1995); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.219-1, Small Business Program Representations (Apr 2011); 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003); 52.219-28, Post Award Small Business Program Representation (Apr 2009); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor--Cooperation With Authorities and Remedies (Jul 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)]; 52.233-2, Service of Protest (Sep 2006) [The fill in portion of this clause is: Contracting Officer, 3133 General Hudnell Drive, Suite 200, San Antonio TX 78226]; 52.233-3, Protest after Award (Aug 1996); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) [The fill in portion of this clause is: http://farsite.hill.af.mil]; 52.252-2, Clauses Incorporated by Reference (Feb 1998) [The fill in portion of this clause is http://farsite.hill.af.mil]. The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009); 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009); 252.209-7004, Subcontracting with Firms that are Owned by the Government of a Terrorist Country; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) [The clauses that are check marked as being applicable to this purchase are: 52.203-3, Gratuities (Apr 1984); 252.203-7000, Requirements Relating to Compensation of former DoD Officials (Jan 2009); 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.247-7023, Transportation of Supplies by Sea (May 2002); Notification of Transportation of Supplies by Sea (Mar 2000]; 252.225-7002, Qualifying Country Sources as Subcontractors (Apr 2003); 252.232-7010, Levies on Contract Payments (Dec 2006). The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Apr 2010) [The fill in portion of this clause is: ESC Ombudsman, Bldg. 1606, 9 Eglin Street, Hanscom AFB MA 01731, Telephone: (781) 377-5106, Facsimile: (210) 377-4659, Email: ESC.Ombudsman@hanscom.af.mil.] Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil. Submit signed and dated offer to: Department of the Air Force, ESC/HSJG, Attn: Graciela Fernandez, 3133 General Hudnell Drive, Suite 200, San Antonio TX 78226 at or before 12:00 P.M. Central Standard Time, 17 Aug 2011. Responses/offers must be sent electronically by email or fax. The POC for this solicitation is Graciela Fernandez at (210) 925-1941 between the hours of 7:00 AM and 5:00 PM central daylight savings time or via e-mail graciela.fernandez@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/HSJG-RFQ-002/listing.html)
 
Place of Performance
Address: 404 Greig St., Bldg. 178, San Antonio, Texas, 78226, United States
Zip Code: 78226
 
Record
SN02526228-W 20110810/110808235942-b920ac221b635fe2a90ae438319cb4ff (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.