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

71 -- ETool Equipment B52

Notice Date
8/28/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 2 CONS, 41 Vandenburg Ave, Barksdale AFB, Louisiana, 71110-2271, United States
 
ZIP Code
71110-2271
 
Solicitation Number
FA4608-13-Q-0044
 
Archive Date
9/12/2013
 
Point of Contact
Justin A. Carroll, Phone: 3184564843
 
E-Mail Address
justin.carroll.4@us.af.mil
(justin.carroll.4@us.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 FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, FA4608-13-Q-0044, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-66 Effective 01 Apr 2013). This procurement is 100% small business set-aside. The NAICS code is 337127 and the small business size standard is 500 employees. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not in the System for Award Management database. (Reference: DFARS 252.204-7004, Alt A Required System for Award Management).The following commercial items are requested in this solicitation. The items being procured are: 01 (30 EA) Static Safe Products Co Laptop Lockup: 10 drawers to accommodate any rugged notebook computer. EXCEPTION: Cabinets may be 11 drawers if additional drawer is used to house Managed switch (Current eTools must fit). Each drawer will have one 120 VAC outlet and one RJ45 Ethernet connection, both connections will be mounted on the right hand side, while looking at fronnt of cabinet. Drawers must slide smoothly and extend 1' from front of cabinet for easy access to power and Ethernet connections. Drawers must be vented to allow warm air to escape. 2' molded Ethernet cable (Cat 5E/6) will be included in each drawer. A surge/spike protection device to be provided for the AC going to drawers. The unit must have a durable finish, example baked on enamel paint or rhino paint. The unit must operate with 110VAC with surge suppression. A 10-12' minimum power cord providing power to cabinet. Cooling/ventilation system to insure sufficient cooling while charging, fan kits will have filters. Unit will have replaceable high quality locking swivel casters suitable for use on hard surfaces. Separately locking drawers for security and individual key assignment, with master keys that will work all cabinets. Will have an Air Force Approved Managed Netowrk Switch (CISCO WS-2960-24TT-L) mounted to support the LAN connection in the 10 drawers storing the laptops. A cable management system will extend from the rear of each drawer to the rear of the cabinet to insure long cable life. 3 Ethernet ports will be provided externally and appropriately labeled: one port to be connected for Local Area Network (LAN) connection; second port will allow for daisy chaining the units; third to be used as a console port for a managed switch; labels to be placed next to the ports for identification. Quote will include shipping. Each unit will ship with a simple user manual/maintenance guide/replacement parts listing/Warranty contact information. CONSTRUCTION MATERIAL: Cabinet must be structurally stiffened to enable the movement of the cabinet and be sturdy enough to safely load/secure onto a pallet for shipment to deployed locations. Note: Equal Items will be acceptable upon determination of technical acceptability. Note: The Contracting Officer reserves the right to award to other than the low bidder based on the following items in the respective order: price; technical acceptability. Contractors bidding "Or Equal" items must provide pictures/specifications of items that will meet minimum salient characteristics of the items requested. The offer submittal shall list the item by part number, number of items being offered, the product description as listed above, and list the manufacturer. The offer shall list unit prices, total for each part number, and an overall totaled price. Delivery requirements: FOB Destination quotations are the only quotes that will be accepted. FOB origin offers will not be considered. Delivery date of 30 days after receipt of award shall be acceptable. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items and the following addenda. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause or be registered within System for Award Management http://www.sam.gov THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on price and technical acceptability. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer. Additionally the following clauses and provisions apply to this acquisition: 52.202-1 Definitions 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.203-16 Preventing Personal Conflicts of Interest 52.204-1 Approval of Contract 52.204-2 Security Requirements 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.207-1 Notice of Standard Competition 52.207-2 Notice of Streamlined Competition 52.207-4 Economic Purchase Quantity-Supplies 52.209-1 Qualification Requirements 52.209-5 Certification Regarding Responsibility Matters 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representations and Certification - Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, and includes the following clauses as cited: (b) 5, 16, 17, 18, 19, 20, 24(i), 24(ii), and 31 52.219-1 Small Business Program Representation 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-13 Restrictions on Certain Foreign Purchases 52.225-18 Place of Manufacture 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification 52.229-3 Federal, State and Local Taxes 52.232-1 Payments 52.232-8 Discounts for Prompt Payment IBR 52.232-11 Extras IBR 52.232-17 Interest IBR 52.232-23 Assignment of Claims IBR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-39 Unenfocreablity of Unauthorized Obligations 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.242-13 Bankrupcy 52.243-1 Changes-Fixed Price 52.246-2 Inspection Of Supplies-Fixed Price 52.246-16 Responsibility For Supplies IBR 52.247-34 F.O.B. Destination 52.252-2 Clauses Incorporated by Reference Applicable DFARS clauses included: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management (52.204-7) Alternate A 252.204-7008 Export-Controlled Items 252.204-7011 Alternative Line Item Structure 252.211-7003 Item Identification and Valuation 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items provisions 252.215-7007 Notice of Intent to Resolicit 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7008 Restriction on Acquistion of Specialty Metals 252.225-7012 Prefernce for Certain Domestic Commodtities 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.246-7003 Notification of Potential Safety Issues 252.246-7004 Safety of Facilities, Infastructure and Equipment for Military 252-247-7023 Alt III Transportation of Supplies by Sea 5352.223-9001 Health and Safety on Government Installations The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 1:00 PM (CST), 11 Sep 2013, 2 CONS/LGCB, 41 Vandenberg Ave, Barksdale AFB, LA 71110. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of Justin Carroll at (318) 456-4843. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to A1C Justin Carroll, Contracting Specialist, at (318) 456-3421, justin.carroll.4@us.af.mil or Steven Huffines, Contracting Officer, at (318) 456-2201, steven.huffines@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5dd4a9cdb1319b01df11b5558b416fca)
 
Place of Performance
Address: Barksdale AFB, Barksdale AFB, Louisiana, 71110, United States
Zip Code: 71110
 
Record
SN03166999-W 20130830/130829001151-5dd4a9cdb1319b01df11b5558b416fca (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.