Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

58 -- VoIP Phones - FA8751-12-R-0064

Notice Date
9/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment 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-0064
 
Archive Date
9/21/2012
 
Point of Contact
Andrey Selyuzhitskiy, Phone: 315-330-4434
 
E-Mail Address
Andrey.Selyuzhitskiy@rl.af.mil
(Andrey.Selyuzhitskiy@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FA8751-12-R-0064 Attachment 2 Representations & Certifications Addendum FA8751-12-R-0064 Attachment 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-0064 is issued as 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 334220 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 the items (or equal) identified in the List of Materials (Attachment 1) on a Firm Fixed Price basis, including the cost of shipping FOB Destination. The List of Materials contains brand name products in a solution set known to be acceptable to the Government; however, offerors providing solutions equivalent to or exceeding the functional and performance characteristics of the identified items will be considered for technical acceptability. All items in the offeror's solution must be interoperable with an existing networking environment characterized by Cisco products and SmartNet maintenance. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The expected 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 (NOV 1991). The place of delivery, acceptance and FOB destination point is 846 Dryden Way Bldg. 1917 Shaw AFB SC 29152. 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 3:00 PM (ET) THU 06 SEP 2012. Submit to: andrey.selyuzhitskiy@rl.af.mil; or AFRL/RIKO, Attn: Andrey Selyuzhitskiy, 26 Electronic Parkway, Rome NY 13441-4514; or by facsimile to: 315-330-2555. Offerors are encouraged to submit their proposals using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4)(i) Provide a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the requirements in this solicitation. This may include product literature, or other documents, if necessary. (ii) Submit documentation verifying authorized/certified reseller status of the products being offered or a statement that the offeror is the 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. (b)(10) Submit past performance information for contracts within the previous three (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)(12) If the offer is not submitted on the SF1449, 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) System for Award Management (SAM). Offerors must be registered in the SAM database prior to submitting an invoice. Processing time for registration in SAM, which may take five business days, should be taken into consideration when registering. Offerors who are not already registered should consider applying for registration at least two weeks prior to invoicing. The provision at FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. In addition to the information within paragraph (a), the following factors shall be used to evaluate offers: (i) Price, (ii) Technical Capability, and (iii) Past Performance. When combined, technical capability and past performance are approximately equal to price. Offerors are required to complete representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (APR 2012), ALT I (APR 2011), DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (JUN 2005), DFARS 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation) (JAN 2012) and DFARS 252.209-7998 Representation Regarding Conviction Of A Felony Criminal Violation Under Any Federal Or State Law (Deviation) (MAR 2012). For your convenience, these representations and certifications are attached to this solicitation (Attachment 2). 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) 252.225-7012, 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 (Jun 2012) 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) 52.211-6, Brand Name or Equal (AUG 1999) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) 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, 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 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-0064/listing.html)
 
Record
SN02866344-W 20120906/120905000119-cf850d11def6bbc2853e650c785cc1f8 (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.