Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2013 FBO #4212
SOLICITATION NOTICE

70 -- BLUE ARC HUS 130 RACK MOUNT SYSTEM FOR AATC, TUCSON AZ

Notice Date
6/4/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Air Force Reserve Command Test Center, AATC, 1600 E. Super Sabre Drive, Bldg #10, Tucson, AZ 85706
 
ZIP Code
85706
 
Solicitation Number
W912L2-13-R-3005
 
Response Due
6/10/2013
 
Archive Date
8/3/2013
 
Point of Contact
Jonathan V. Wood, 520-295-6938
 
E-Mail Address
Air Force Reserve Command Test Center
(jonathan.wood.1@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Item NbrPart NbrNomenclatureManufacturerQtyUnit PriceTotal Price 1043-100210-01.PPower Cable 250VAC 10A IEC320-C14HDS8 EA 22853906-001.PDummy Drive for CBSL/DBLHDS5 EA 35548210-001.PDummy I/O Module-SHDS2 EA 4DF-F850-3TNL.PHUS 3TB SAS 7.2K RPM HDD LFF for CBSL/DBL-BaseHDS43 EA 5DF-F850-CMM4.PHUS 130 4GB Cache ModuleHDS4 EA 6DF-F850-CTLS.PHUS 130 ControllerHDS2 EA 7DF-F850-DBL.PHUS Drive Box - LFF 2U x 12HDS3 EA 8HDF850-CBSL.PHUS 130 Base Controller Box - LFF 2U x 12HDS1 EA 9JFFB3737003MFCI.P50/125 LC/LC PLN 3M 2f round SB 10gig OM3HDS2 EA 10043-992009-01.PHUS 130 Service InstallationHDS1 EA 11043-992096-01.PSVC HUS DBL LFF 2U x 12HDD DRO (Per Frame - 1 Mo)HDS36 EA 12043-992099-01.PSVC HUS CBSL LFF 2U x 12HDD DRO (Per Frame - 1 Mo)HDS12 EA 13043-992050-01.PHUS DBL Svc Remote Yr-A 1MoHDS36 EA 14043-992052-01.PHUS DBL Svc Weekday Basic Upg Yr-A 1MoHDS36 EA 15043-992012-01.PHUS 130 Svc Warranty/Remote Yr-A 1MoHDS12 EA 16043-992014-01.PHUS 130 Svc Weekday Basic Upg Yr-A 1MoHDS12 EA 17044-230192-01.PHUS 130 Base Operating System M Media KitHDS1 EA 18044-230192-03.PHUS 130 Base Operating System M LicenseHDS1 EA 19304-230192-03.PSVC Mo HUS 130 Base Operating System M Lic - SW SpptHDS12 EA 20A34V-445-900-UNI.PUniversal rail kit MINHDS4 EA AATC ONE 1043-100210-01.PPower Cable 250VAC 10A IEC320-C14HDS8 EA 22853906-001.PDummy Drive for CBSL/DBLHDS5 EA 35548210-001.PDummy I/O Module-SHDS2 EA 4DF-F850-3TNL.PHUS 3TB SAS 7.2K RPM HDD LFF for CBSL/DBL-BaseHDS43 EA 5DF-F850-CMM4.PHUS 130 4GB Cache ModuleHDS4 EA 6DF-F850-CTLS.PHUS 130 ControllerHDS2 EA 7DF-F850-DBL.PHUS Drive Box - LFF 2U x 12HDS3 EA 8HDF850-CBSL.PHUS 130 Base Controller Box - LFF 2U x 12HDS1 EA 9JFFB3737003MFCI.P50/125 LC/LC PLN 3M 2f round SB 10gig OM3HDS2 EA 10043-992009-01.PHUS 130 Service InstallationHDS1 EA 11043-992096-01.PSVC HUS DBL LFF 2U x 12HDD DRO (Per Frame - 1 Mo)HDS36 EA 12043-992099-01.PSVC HUS CBSL LFF 2U x 12HDD DRO (Per Frame - 1 Mo)HDS12 EA 13043-992050-01.PHUS DBL Svc Remote Yr-A 1MoHDS36 EA 14043-992052-01.PHUS DBL Svc Weekday Basic Upg Yr-A 1MoHDS36 EA 15043-992012-01.PHUS 130 Svc Warranty/Remote Yr-A 1MoHDS12 EA 16043-992014-01.PHUS 130 Svc Weekday Basic Upg Yr-A 1MoHDS12 EA 17044-230192-01.PHUS 130 Base Operating System M Media KitHDS1 EA 18044-230192-03.PHUS 130 Base Operating System M LicenseHDS1 EA 19304-230192-03.PSVC Mo HUS 130 Base Operating System M Lic - SW SpptHDS12 EA 20A34V-445-900-UNI.PUniversal rail kit MINHDS4 EA AATC TWO IAW FAR 52.211-6 -- Brand Name or Equal (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Any offerors believing they can provide an equal product that meets all of the features and functionality of the listed parts or can provide the brand name product may provide evidence for consideration. Evidence must support the offeror's claim they can either provide an equal product or they are an authorized distributor/wholesaler for a brand name part. It is the offeror's responsibility to prove their product is an equal by demonstrating their product, at a minimum, has the same features and functionality of the requested items. Providing brochures, specifications and/or quotes alone is not enough for the Government to make a decision. The offeror should provide an understandable comparison between the two products. The Government is not responsible for developing the comparison from insufficient information provided. All qualified sources may submit a response, which if timely received, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a brand name or equal procurement, and/or a competitive procurement can be conducted. A determination that equal products exist or a determination to compete this proposed procurement based on response to this notice is solely within the discretion of the Government. The Government does not intend to pay for information solicited. Information received after the established deadline shall not be considered. CLAUSES INCORPORATED BY FULL TEXT (UPDATED 03/11/09) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (February 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest after Award (Aug 1996)(31 U.S.C 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). Applies over $3,000. 52.222-21, Prohibition of Segregated Facilities. Applies at $10,000 or above. 52.222-26, Equal Opportunity (E.O. 11246). Applies at $10,000 or above. 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). Applies when 52.222-26 applies and $25,000 or above. 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). Applies over $10,000 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). Applies when 52.22-35 applies. 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). Applies over $3,000. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). Applies over $3,000. 52.232-36, Payment by Third Party (31 U.S.C. 3332). Applies over $3,000. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Act of 1965, as Amended (41 U.S.C. 351, et seq.). Applies over $3,000. (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Applies over $3,000. (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). Applies when applicable. (End of Clause) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (January 2009) As prescribed in 212.301(f)(iii), use the following clause: (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. 252.225-7001Buy American Act and Balance of Payment Program (41 USC 10a-10d, EO 1582) Applies $3,000 to $25,000. 252.227-7015Technical Data--Commercial Items (10 U.S.C. 2320). Applies over $3,000. 252.227-7037 Validation of Restrictive Markings on Technical Data (10 U.S.C. 2321). Applies over $3,000. CLAUSES INCORPORATED BY REFERENCE: 52.212-4 Contract Terms and Conditions--Commercial Items 52.232-33Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3Protest After Award 52.253-1Computer Generated Forms 252.204-7004 Alt ACentral Contractor Registration (52.204-7) Alternate A 252.243-7001Pricing of Contract Modifications 252.246-7000Material Inspection and Receiving Report In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL Bid MUST be good for 60 calendar days after submission. Shipping must be free on board (FOB) destination, AATC, Tucson, AZ 85706 which means that the seller must deliver the goods on its conveyance to AATC or to the destination specified by the Buyer. The seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. No partial shipments unless otherwise specified at time of order. Point of Contacts For this requirement contact the contracting officer, SMSgt Jonathan Wood, (520) 295-6938.. Email: jonathan.wood.1@ang.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02-3/W912L2-13-R-3005/listing.html)
 
Place of Performance
Address: Air National Guard Air Force Reserve Command Test Center (AATC) 1600 E. Super Sabre Drive, Bldg #10 Tucson AZ
Zip Code: 85706
 
Record
SN03078773-W 20130606/130604235320-f31b34dd77e97cf5970c8702054313cf (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.