SOLICITATION NOTICE
D -- NetApp 3140 Hardware/Software Maintenance - Statement of Work
- Notice Date
- 8/20/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Combat Command, 325 CONS, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB,, Florida, 32403-5526, United States
- ZIP Code
- 32403-5526
- Solicitation Number
- F4AT833154A001
- Archive Date
- 9/11/2013
- Point of Contact
- Matthew D. Crum, Phone: 8502838631, Randall S Jones, Phone: 850-283-2974
- E-Mail Address
-
matthew.crum.1@us.af.mil, randall.jones.16@us.af.mil
(matthew.crum.1@us.af.mil, randall.jones.16@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work for NetApp 3140 software and hardware maintenance solicitation. 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/quotes are being requested, and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69. ****Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. ***** The solicitation reference number is F4AT833154A001 and this solicitation is being issued as a request for quote (RFQ). This acquisition will be a 100% small business set-aside under North American Industry Classification System (NAICS) code 811212. The small business size standard is $25.5M. CLIN 0001: Provide hardware and software maintenance for two (2) NetApp 3140 data storage filers in accordance with the attached Statement of Work (SOW). - QTY 12 Months The Government anticipates award on a best value basis. The Government intends to award a firm fixed-priced purchase order in accordance with FAR 13.1 & 13.302 to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government IAW FAR 52.212-2. Award will be made based on the Lowest Price Technically Acceptable. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 52.212-4 - Contract Terms and Conditions-Commercial Items 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.217-8 - Option to extend the Services 52.217-9 - Option to extend the term of the contract 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post-Award Small Business Program Representation 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 52.222-48 Exemption from Application of the Service Contract Act for Maintenance, Calibration, or Repair of Certain Equip Certification 52.222-50 - Combat Trafficking Persons 52.223-18 - Contractor Policy to Ban Text Messaging While Driving 52.232-18 - Availability of funds 52.232-33 - Payment by Electronic Funds Transfer-SAM 52.233-3 - Protest after Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.247-34 - F.O.B. Destination 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.211-7003 - Item Identification and Valuation 252.225-7001 - Buy American Act and Balance of Payment Program 252.225-7002 - Qualifying Country Sources as Subcontractors 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 - Wide Area Workflow Payment Instructions 252.232-7010 - Levies on Contract Payments 252.247-7023 Alt III - Transportation of Supplies by Sea 5352.201-9101 - Ombudsman Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to https://www.sam.gov/portal/public/SAM/ for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM) AS A SMALL BUSINESS UNDER NAICS: 811212 BEFORE BEING CONSIDERED FOR AWARD. Information concerning SAM requirements may be viewed via the internet https://www.sam.gov/portal/public/SAM/ or by calling the Federal Service Desk at 1-866-606-8220 Interested parties must include, with their quote, their CAGE code, and tax identification number (TIN). Quotes are due by: 27 Aug 13, 1:00 pm CST Quotes should be transmitted by e-mail. The point of contact for this solicitation is Matthew Crum, Contract Specialist, (850) 283-8631, matthew.crum.1@us.af.mil. Alternate point of contact is Randal Jones, Contract Officer, (850) 283-2974, randall.jones.16@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/177c26657c237ab48fcec5370ebee384)
- Place of Performance
- Address: Tyndall AFB, FL, Tyndall AFB, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN03155019-W 20130822/130820235408-177c26657c237ab48fcec5370ebee384 (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 |