SOLICITATION NOTICE
70 -- Custom Configured Servers - FA8751-13-R-0041
- Notice Date
- 9/3/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer 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-0041
- Archive Date
- 9/21/2013
- Point of Contact
- Leslie Christoferson, Phone: 315-330-7255
- E-Mail Address
-
leslie.christoferson@us.af.mil
(leslie.christoferson@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- FA8751-13-R-0041 Representations & Certifications Addendum FA8751-13-R-0041 Attachment 1 - List of Materials 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-13-R-0041 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 total small business set-aside under NAICS code 334111 and small business size standard of 1000 employees. The contractor shall provide the items (or equal) identified in Attachment 1 "List of Materials" on a Firm Fixed Price (FFP) basis, including the cost of shipping FOB Destination. Please note that this requirement is being solicited on a brand name or equal basis. The items identified in Attachment 1 outline a configuration known to satisfy the Government's requirement and reflect the salient physical, functional, or performance characteristics that reflect the characteristics and level of quality that will satisfy the Government's needs. All items in the offeror's solution must be interoperable. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is 30 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 Boeblingen, Germany. The offeror is responsible for obtaining all required approvals from the manufacturer for items to be shipped outside of the United States. 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 3:00 PM (ET), FRI 06 SEP 2013. Submit to: AFRL/RIKO, Attn: Leslie Christoferson, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-7205 or by email to leslie.christoferson@us.af.mil. Offerors are encouraged to submit their proposals using the SF 1449, 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 compliance with the specifications. (b)(10) Submit past performance information for efforts relevant in terms of scope and magnitude to this requirement. Please include contract numbers, a brief project description, and current points of contact with telephone numbers and email addresses. (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 SF 1449, 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 offers and award a contract without discussions with offerors. 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). Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 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 FAR 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 offers: (i) technical capability; (ii) price; and (iii) past performance. When combined, technical capability and past performance are of approximately equal importance to price. The Government intends to award to the lowest priced technically acceptable offeror. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (AUG 2013), FAR 52.212-3 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), Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.219-6, Notice of Total Small Business Aside (Nov 2011) Alternate I (Nov 2011) 52.219-8, Utilization of Small Business Concerns (Jul 2013) 52.219-14, Limitations on Subcontracting (Nov 2011) 52.219-28, Post Award Small Business Program Re-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) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) The following additional FAR and FAR supplements, provisions and clauses are applicable to this acquisition: 52.203-3 Gratuities (APR 1984) 52.211-6, Brand Name or Equal (AUG 1999) 52.247-34, FOB Destination (NOV 1991) 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 (DEC 2011) 252.227-7037 Validation of Restrictive Markings on Technical Data (JUN 2012) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7006 Wide Area Workflow Payment Instructions (JUN 2012) 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 (MAY 2002) 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 DFAR 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-0041/listing.html)
- Record
- SN03171725-W 20130905/130903235443-72585ef9c8f23599648a11cba79fc3ac (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 |