Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2013 FBO #4271
SOLICITATION NOTICE

58 -- FRONT PORCH ARCHIVE SYSTEM UPGRADE - JA - SOW

Notice Date
8/2/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ003031510003
 
Archive Date
9/1/2013
 
Point of Contact
Claudio T. Casupang, Phone: (951) 413-2381, Susan M. Madrid, Phone: 951-413-2371
 
E-Mail Address
claudio.casupang@dma.mil, susan.madrid@dma.mil
(claudio.casupang@dma.mil, susan.madrid@dma.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work JA 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. a. Solicitation number HQ003031510003 is issued as a request for quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror" b. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68 effective 26 June 2013 and DFARS Change Notice 20130724. c. This acquisition is set-aside for Small Business 100% associated with NAICS CODE 334210 and small business size standard of 1000 employees. d. Description of requirements or a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable) OR reference as an attachment. As applicable use the following: Requirement requested herein is unique to the manufacturer. See attached Justification and Authorization for Other Than Full and Open Competition. CLIN 001: Quantity: 2EA Upgrade archive capacity from 900 slots to 1500 slots per attached Statement of Work. 2 EACH @____________________ =$_____________________ CLIN 002: Quantity 1EA Provide installation, integration and acceptance for archive capacity upgrade per attached Statement of Work. 1 EACH @____________________ = $_____________________ CLIN 003: Quantity 2EA Provide remote support installation per attached Statement of Work. ( 2 EACH @____________________ = $_____________________ TOTAL OF QUOTE: $_________________________ e. Date(s) and place(s) of delivery and acceptance and FOB point. AFN-BC ATTN. DON BARTIE 23755 Z Street Riverside, CA 92518-2031 f. FAR 52.212-1, Instructions to Offerors - Commercial Items (FEB 2012), applies to this acquisition. Re para (b)(8): Quotes must include a completed copy of FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (FEB 2012) with Alternate I (APR 2011) or indication that the offeror's Representations and Certifications are completed on SAM.gov. Note that para (k) requires any prospective awardee shall be registered in the Central Contractor Registration (now SAM.gov) database prior to award, during performance, and through final payment. g. FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is an Authorized Dealer and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. CPARS, PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. h. Quotations must include a completed copy of FAR Provision 52.212-3 Offeror Representations and Certifications - Commercial Items (DEC 2012). Electronic ORCA is located at http://orca.bpn.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-4 Contract Terms and Conditions - Commercial Items (JUN 2013) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2013) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 252.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) DFARS 252.204-7004, Alternate A, System for Award Management (MAY 2013) DFARS 252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2013) 252.209-7996 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - DoD Military Construction Appropriations (Deviation 2013-O0006) (JAN 2013) DFARS 252.209-7997 REPRESENTATION by corporations regarding an unpaid delinquent tax Liability or a felony conviction under any federal law-DoD appropriations (DEVIATION 2013-O0006) (JAN 2013) DFARS 252.212-7001 Contract Terms & Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Item (MAY 2013) DFARS 252.232-7003 Electronic Submission of Payment Request (JUNE 2012) DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.246-7000 Material Inspection and Receiving Report (MAR 2008) Applicable FAR and DFARS clauses required by the regulations will be included in addition to local DMA Clauses 52.0100-4028 Contract Contact Information and 52.0100-4094 Marking Instructions for All Items to Include Drop Ship and Direct Shipment, will be included. QUOTES MUST BE RECEIVED NOT LATER THAN 1200 pm EASTERN TIME, 17 August 2013, IN ORDER TO BE CONSIDERED. Quotes may be emailed to claudio.casupang@dma.mil or sent via fax to (951) 280-2432. Due to unexpected technical issues, email and fax may result in your quote not arriving before the cut-off time. Please allow extra time if you are sending your quote by electronic means. While email is a convenient method of communication, it is not 100% reliable. It is incumbent upon the sender to ensure that the message is delivered/read. DMA Contracting cannot be held responsible for email delivery issues.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3bf1d1c2a9809c5e2714eac2091cc542)
 
Place of Performance
Address: AMERICAN FORCES NETWOR-BROADCAST CDNTER, 23755 Z STREET, RIVERSIDE, California, 92518, United States
Zip Code: 92518
 
Record
SN03136728-W 20130804/130802235105-3bf1d1c2a9809c5e2714eac2091cc542 (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.