Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
MODIFICATION

70 -- GPU Servers - FA8751-12-Q-0525 Rev 4

Notice Date
8/8/2012
 
Notice Type
Modification/Amendment
 
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
FA8751-12-Q-0525
 
Archive Date
8/24/2012
 
Point of Contact
Cody Owens, Phone: 315-330-2921
 
E-Mail Address
cody.owens@rl.af.mil
(cody.owens@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Revision 4 Specifications List *AMENDMENT 04 DATED 08 AUG 2012. The purpose of this amendment is to revise the attached specifications and to extend the closing date to 09 AUG 2012 3PM EST. All other terms and conditions remain the same.* * AMENDMENT 03 DATED 03 AUG 2012. The purpose of this amendment is to revise the attached specifications in order to update the description for Item 2. Offerors shall provide the items in the attached Excel spreadsheet (FA8751-12-Q-0525 Specs_Rev 3), or equal, on a firm fixed price (FFP) basis. All other terms and conditions remain the same. * * AMENDMENT 02 DATED 03 AUG 2012. The purpose of this amendment is to revise the attached specifications in order to update the part number for Item 2. Offerors shall provide the items in the attached Excel spreadsheet (FA8751-12-Q-0525 Specs_Rev2), or equal, on a firm fixed price (FFP) basis. All other terms and conditions remain the same. * * AMENDMENT 01 DATED 03 AUG 2012. The purpose of this amendment is to revise the attached specifications. Offerors shall provide the items in the attached Excel spreadsheet (FA8751-12-Q-0525 Specs_Rev1), or equal, on a firm fixed price (FFP) basis. All other terms and conditions remain the same. * 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 FA8751-12-Q-0525 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) 2005-60 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20120724. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is being issued as a Total Small Business set-aside under NAICS code is 334111 and a small business size standard of 1000 employees. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item it did not itself manufacture, is 500 employees. The contractor shall provide the items outlined in the attached Excel spreadsheet on a firm fixed price (FFP) basis. Offerors must quantify the warranty terms and include shipping FOB destination in the total price. The spreadsheet contains brand name products in a solution set known to be acceptable to the Government; however, solutions equivalent to or exceeding the functional and performance characteristics of the identified items will be considered for technical acceptability. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The required delivery date is within 30 Days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY 13441. The exact address will be provided to the awardee. 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 quotes are due at or before 3:00 PM ET, 9 August 2012 Submit to: AFRL/RIKO, Attn: Cody Owens, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to cody.owens@rl.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of items in sufficient detail for the Government to evaluate compliance with the specifications identified above. This may include product literature or other documentation necessary. (b)(10) No past performance information is required (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. A UID label is required on all items with a unit price equal to or greater than $5,000. (b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (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) 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 within Paragraph (a), the following evaluation factors shall be used to evaluate offers: (i) PRICE, (ii) TECHNICAL ACCEPTABILITY, and (iii) ABILITY TO MEET DELIVERY SCHEDULE. The evaluation factors are of approximately equal importance. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website via https://www.acquisition.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their quote. In addition, offerors shall complete and submit the representations and certifications at DFARS 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation) and DFARS 252.209-7998 Representation Regarding Conviction Of A Felony Criminal Violation Under Any Federal Or State Law (Deviation). For your convenience, the above mentioned submittal requirements 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: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside Alternate I 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.247-7023, Transportation of Supplies by Sea (Alternate III) 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR and FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal 252.211-7003, Item Identification and Valuation 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN 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: 937-656-7321 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 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 quote that your company is able to submit electronic invoices as set forth in the clause. The following Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned 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/FA8751-12-Q-0525/listing.html)
 
Record
SN02832035-W 20120810/120809001218-599d96cb473c88dc4cbbab5b5ddb30d1 (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.