Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOLICITATION NOTICE

70 -- WPC Hard Drive Upgrade

Notice Date
9/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 700 CONS, Ramstein AB, UNIT 3115, APO, 09021
 
ZIP Code
09021
 
Solicitation Number
F3NF111172A003
 
Archive Date
10/5/2011
 
Point of Contact
Travis K. Berrett, Phone: 011496315368441, Joe Molina, Phone: +49(0)631-536-6210
 
E-Mail Address
travis.berrett@us.af.mil, joe.molina@ramstein.af.mil
(travis.berrett@us.af.mil, joe.molina@ramstein.af.mil)
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is F3NF111172A003; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-53, DCN 20110819, and AFAC 2011-0714. The North American Industry Classification System (NAICS) code is 423430. The business size standard is 750 employees. The Federal Supply Class (FSC) is 7025. The Standard Industrial Classification (SIC) is 5045. CLIN 0001: 500 EA.) 320GB Internal HD, 3.5 inch, 16MB Cache, 7200RPM, SATA 6Gb/s Interface - p/n WD3200AAKX, or equal CLIN 0002: 750 EA.) Black, CRU DataPort 10 SAS - storage drive carrier (caddy) - p/n 8441-7139-0500, or equal CLIN 0003: 275 EA.) CRU DataPort 10VR SAS Complete Assembly - p/n 8440-7132-0500, or equal CLIN 0004: S/H for delivery to; WPC/SCX Attn: Jason Little Unit 3050 Box 20 APO, AE 09094-0020 Award shall be made in the aggregate, all or none EVALUATION CRITERIA: Evaluation of offers will be completed in accordance with FAR 13.106-2. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and represents the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers: A) TECHNICAL CAPABILITY - All offers must equal to equipment identified above B) PRICE The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation of Commercial items. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.214-34 Submission of Offers in the English Language. FAR 52.203-3 Gratuities. FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government. FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper. FAR 52.204-7 Central Contractor Registration. FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.222-19 Child Labor--Cooperation With Authorities and Remedies. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by EFT - Central Contractor Registration. FAR 52.533-2 Service of Protest. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.242-13 Bankruptcy. FAR 52.247-34 FOB Destination. FAR 52.252-1 Solicitation Provisions Incorporated by Referece. FAR 52.252-2 Clauses Incorporated by Reference, with the following fill-in: http://farsite.hill.af.mil. FAR 52.252-5 Authorized Deviations in Provisions. FAR 52.252-6 Authorized Deviations in Clauses with the following fill-in: Department of Defense (48 CFR Chapter 2). DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7004 Alt A Central Contractor Registration. DFARS 252.204-7008 Export-Controlled Itemse. DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country. DFARS 252.211-7003 Item Identification and Valuation. DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. DFARS 252.212-7001 (Dev) Contract Terms and Conditions. DFARS 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.225-7031 Secondary Arab Boycott of Israel. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contractor Modifications. DFARS 252.243-7002 Requests for Equitable Adjustment. DFARS 252.247-7022 Representation of Extent of Transportation by Sea. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. AFFARS 5352.201-9101 Ombudsman. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any response to travis.berrett@ramstein.af.mil NO LATER THAN 20 September 2011, 4:00 PM, EST. Point of contact is Travis Berrett, MSgt, Contracting Officer, telephone 011-49-631-536-8441. Alternate POC is Joe Molina, TSgt, Contracting Specialistr, telephone 011-49-631-536-6210, joe.molina@ramstein.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/ROB/F3NF111172A003/listing.html)
 
Place of Performance
Address: WPC/SCX, Attn: Jason Little, Unit 3050 Box 20, APO, AE 09094-0020, APO, Non-U.S., 09094, United States
Zip Code: 09094
 
Record
SN02577488-W 20110916/110915001500-aec9f154923d221298b806a8c25ecc9b (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.