Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2013 FBO #4297
SOLICITATION NOTICE

70 -- Disaster Recovery Forensics Essentials - FA8751-13-R-0048

Notice Date
8/28/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-13-R-0048
 
Archive Date
9/18/2013
 
Point of Contact
Andrey Selyuzhitskiy, Phone: 315-330-4434
 
E-Mail Address
Andrey.Selyuzhitskiy@us.af.mil
(Andrey.Selyuzhitskiy@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
FA8751-13-R-0048 Attachment 2 Representations & Certifications Addendum FA8751-13-R-0048 Attachment 1 Specifications This is a 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. A proposal is being requested and a written solicitation (paper copy) will not be issued. Solicitation FA8751-13-R-0048 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) 2005-69 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20130808. 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 Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside, under NAICS code 334112 and small business size standard 1000 employees. The offeror shall provide all hardware, software, and support necessary to meet or exceed the Disaster Recovery Forensics Essentials specifications in Attachment 1. Pricing shall include the cost of shipping FOB Destination. The specifications are provided on a "brand name or equal" basis and describe the minimum physical, functional, and performance characteristics of a technically acceptable solution. The offeror shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The anticipated delivery date is within 45 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 33NWS San Antonio TX 78236. The provision at 52.212-1, Instructions to Offerors - Commercial Items (JUL 2013) applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 3 PM (ET) TUE 03 SEP 2013. Submit by email to Andrey.Selyuzhitskiy@us.af.mil or by mail to AFRL/RIKO, Attn: Andrey Selyuzhitskiy, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555. The offeror is encouraged to submit the proposal using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate the capability of the solution being offered. Include product literature and other documentation necessary to (i) demonstrate compliance with the specifications, (ii) verify authenticity of the products being offered and the sourcing method to be used, (iii) ensure configuration accuracy, and (iv) ensure delivery without partial shipments. (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. (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 the offer and award a contract without discussions with the offeror. 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). The offeror must be registered in the SAM database prior to contract award. If an offeror does not register in the SAM database within four (4) 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 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 the offer: (i) Price, (ii) Technical Acceptability, and (iii) Past Performance. When combined, technical acceptability and past performance are approximately equal in importance to price. The Government anticipates awarding a contract to the lowest priced technically acceptable offeror with acceptable past performance. The offeror is required to complete representations and certifications found in the provision at FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (AUG 2013) Alternate I (APR 2011), and DFARS 252.209-7995 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law - Fiscal Year 2013 Appropriations (Deviation 2013-O0010) (APR 2013). For your convenience all referenced certifications are attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (JUL 2013) applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2013) 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 (Jul 2013) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.219-8, Utilization of Small Business Concerns (Jul 2013) 52.219-14, Limitations on Subcontracting (Nov 2011) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 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-System for Award Management (Jul 2013) The following FAR and FAR Supplements provisions and clauses also apply: 52.203-3, Gratuities (Apr 1984) 52.211-6, Brand Name or Equal (Aug 1999) 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 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 2013) 252.225-7012, Preference for Certain Domestic Commodities (Feb 2013) 252.227-7015, Technical Data--Commercial Items (Jun 2013) 252.227-7037, Validation of Restrictive Markings on Technical Data (Jun 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.243-7002, Requests for Equitable Adjustment (Dec 2012) 252.247-7023, Transportation of Supplies by Sea (Jun 2013) 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) 5352.201-9101, Ombudsman (Nov 2012) 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/FA8751-13-R-0048/listing.html)
 
Record
SN03165590-W 20130830/130828235712-2de144aada5a290356ddd15cb4bae1ba (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.