SOLICITATION NOTICE
70 -- Data Storage & Replication - FA8751-12-R-0055
- Notice Date
- 8/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334112
— Computer Storage Device 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-R-0055
- Archive Date
- 9/11/2012
- Point of Contact
- Richard C Childres, Phone: 315-330-4194
- E-Mail Address
-
richard.childres@rl.af.mil
(richard.childres@rl.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- FA8751-12-R-0055 Atch 2 Representations & Certifications Addendum FA8751-12-R-0055 Atch 1 List of Materials 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 (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-R-0055 is issued as a Request for Proposal (RFP). 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 procurement is being issued as a total small business set-aside under NAICS code 334112 and small business size standard of 1,000 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 which it did not itself manufacture, is 500 employees. The contractor shall provide a hardware/software/support solution which fulfills the technical objectives and equipment requirements identified in the attached List of Materials (Attachment No. 1) on a Firm Fixed Price basis, including all costs of shipping FOB Destination. Offerors shall provide warranty as indicated in Attachment No. 1. The expected delivery date to the initial delivery location, Colorado Springs CO, is 30 Days After Receipt of Order (ARO). Final delivery will be to Tampa FL. The contractor shall be responsible for both deliveries. All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (NOV 1991). The provision at 52.212-1, Instructions to Offerors - Commercial Items (FEB 2012), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 12 PM (ET) MON 27 AUG 2012. Submit to: AFRL/RIKO, Attn: Richard Childres, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to richard.childres@rl.af.mil. Offerors are encouraged to submit their proposals using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Provide a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the technical objectives and equipment requirements, as well as any other solicitation requirements. This may include product literature, or other documents, if necessary. (ii) Submit documentation verifying authorized/certified reseller status of the products being offered, a statement that the offeror is the manufacturer of the products being offered, or a statement that the offeror is neither an authorized/certified reseller nor a manufacturer of the products being offered. (iii) Submit a statement, not to exceed 1 page, which addresses how the offeror will (A) maximize the probability of order placement and configuration accuracy and (B) ensure no partial shipments are made to the initial delivery location. (b)(10) Submit past performance information for contracts completed within the previous 3 years for efforts relevant in terms of scope and magnitude to this requirement. Please include contract/project numbers, current points of contact with telephone numbers and email, a brief contract/project description, and any other relevant information. (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. This clause requires the contractor to provide Unique Identifiers (UIDs) for certain items with unit price greater than or equal to $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 (four) 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 (JAN 1999) applies. In addition to the information in paragraph (a) the following factors, in descending order of importance, shall be used to evaluate offers: (i) Technical Capability (including how the proposed solution compares to the technical objectives and requirements; whether the offeror is an authorized/certified reseller or manufacturer of the solution being offered; and the offeror's proposed method of maximizing the probability of order placement and configuration accuracy as well as ensuring no partial shipments are made to the initial delivery location); (ii) Past Performance; and (iii) Price. When combined, Technical Capability and Past Performance are significantly more important than Price. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (APR 2012) and ALT I (APR 2011) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://www.acquisition.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their proposal. In addition, offerors shall complete and submit the representations and certifications at DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (JUN 2005), DFARS 252.209-7998 Representation Regarding Conviction Of A Felony Criminal Violation Under Any Federal Or State Law (Deviation) (Mar 2012), and DFARS 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation) (Jan 2012). For your convenience, paragraph (b) of 52.212-3, 252.212-7000, 252.209-7998, and 252.209-7999 are provided Attachment No. 2 to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (FEB 2012), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JUL 2012), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) 52.219-6, Notice of Total Small Business Aside (Nov 2011) Alternate I (Nov 2011) 52.219-8, Utilization of Small Business Concerns (Jan 2011) 52.219-14, Limitations on Subcontracting (Nov 2011) 52.219-28, Post Award Small Business Program Representation (Apr 2012) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 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) 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 2012), applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 52.203-3, Gratuities (Apr 1984) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991) 252.225-7012, Preference for Certain Domestic Commodities (Jun 2012) 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004) 252.227-7015, Technical Data--Commercial Items (Dec 2011) 252.227-7037, Validation of Restrictive Markings on Technical Data (Jun 2012) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.243-7002, Requests for Equitable Adjustment (Mar 1998) 252.247-7023, Transportation of Supplies by Sea (May 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) The following additional FAR and FAR Supplements provisions and clauses also apply: 52.209-7, Information Regarding Responsibility Matters (FEB 2012) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) 252.211-7003, Item Identification and Valuation (JUN 2011) 252.232-7006, Wide Area WorkFlow Payment Instructions (JUN 2012) 252.232-7010, Levies on Contract Payments (DEC 2006) 5352.201-9101, OMBUDSMAN (APR 2010) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, Room 225, 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 DFARS 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 Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a proposal, which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-12-R-0055/listing.html)
- Record
- SN02848036-W 20120823/120821235645-5a6d4556754ab37fb325a8b075efe46f (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 |