SOLICITATION NOTICE
70 -- XILINX Software
- Notice Date
- 8/31/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- 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
- FA8751-11-Q-0556
- Archive Date
- 9/23/2011
- Point of Contact
- Janet Sheehan, Phone: 315-330-2001
- E-Mail Address
-
janet.sheehan@rl.af.mil
(janet.sheehan@rl.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514 Description This is a combined synopsis/solicitation for commercial items 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; Quotes 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 FA8751-11-Q-0556 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 and Defense Federal Acquisition Regulation Supplement Change Notice (DAC) 20110819. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted. The NAICS code is 423430 and small business size standard of 500 employees. The contractor shall provide the following items on a firm fixed price basis: Item 1: Xilinx Software Qty: 3 P/N: EF-ISE-SYSTEM-FL Description: ISE Design Suite: System Edition (Floating License) Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. Total price must include shipping FOB Destination. The estimated 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 (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) (b) Email quotes are due at or before 3:00PM EST, 8 September 2011. Submit via e-mail to: Janet.Sheehan@rl.af.mil (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the specifications identified above. This may include product literature or other documentation as necessary (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 four (4) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. In addition to the information within Paragraph (a), the following evaluation factors shall be used to evaluate offers: Price and Technical Capability; both factors are of equal importance. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (MAY 2011), ALT I (APR 2011) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (JUN 2010), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (AUG 2011), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: _X__52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2011) (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161). _X__ 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)). _X__ 52.222-3, Convict Labor (JUN 2003) (E.O. 11755) _X__ 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). _X__ 52.222-21, Prohibition of Segregated Facilities (FEB 1999). _X__ 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246) _X__ 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793) _X___ 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) (E.O. 13513) _X__ 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) _X__ 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2011), applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: __X___252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181) _X____ 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227) _____ 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) __X__Alternate III (MAY 2002) __X___ 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) The following additional FAR and FAR Supplements provisions and clauses also apply: __X___ 52.247-34, F.O.B. Destination (NOV 1991) __X___ 252.232-7010, Levies on Contract Payments (DEC 2006) __X___ 5352.201-9101, OMBUDSMAN (APR 2010) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-4407. 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 DFAR 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 following Defense Priorities and Allocations System (DPAS) has assigned the following rating DO-C9 to this effort. All responsible organizations may submit a quote, which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-11-Q-0556/listing.html)
- Record
- SN02558267-W 20110902/110901000916-fcc98c51c03ecf7bb7ea2da304747713 (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 |