Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2014 FBO #4628
SOLICITATION NOTICE

70 -- StorageTek datacenter backup tapes

Notice Date
7/25/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
USACE IT/IM MEO, 3909 Halls Ferry Road, Vicksburg, MS 39180
 
ZIP Code
39180
 
Solicitation Number
W81EWF41821178
 
Response Due
8/4/2014
 
Archive Date
9/23/2014
 
Point of Contact
Sean Lenz, 6016345324
 
E-Mail Address
USACE IT/IM MEO
(sean.a.lenz@usace.army.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 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. THIS SOLICITATION WILL NOT RESULT IN AN ORDER AGAINST A FEDERAL SUPPLY SCHEDULE. ANY OFFER WHICH IS PREDICATED UPON THE AWARD BEING PLACED AGAINST AN FSS WILL NOT BE CONSIDERED. SMALL BUSINESS SIZE STANDARD: (a) NAICS: 334112 (b) Size (employees): 1,000 RFQ Number: W81EWF41821178 (S14-0762) Line Item Listing: See attached documents for complete bid schedule. Description: DescriptionMfg Part NumberQty StorageTek T10000B tape cartridgeMCT10KB-VIB-ASCH-N12 StorageTek T10000 cleaning cartridgeMCT10CL-5PK-LBL-N8 Delivery Schedule: See attached documents for complete delivery schedule. THE FOLLOWING DOCUMENTS HAVE BEEN ATTACHED: 1. Statement of Work 2. Justification for Sole Source/Brand Name 3. DFARS Clause 252.209-7994 Representation Regarding Conviction of a Felony (See Attached and please return with your response). The following FAR and DFARS clauses apply to this acquisition: FAR 52.202-1 Definitions (NOV 2013); FAR 52.204-7 System for Award Management (JUL 2013); FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) FAR 52.204-13 System for Award Management Maintenance (JUL 2013); FAR 52.212-1 Instructions to Offerors - Commercial Items (JUL 2013); FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (NOV 2013) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (SEP 2013); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (NOV 2013): --FAR 52.222-3 Convict Labor --FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies --FAR 52.222-21 Prohibition of Segregated Facilities --FAR 52.222-26 Equal Opportunity --FAR 52.222-36 Affirmative Action for Workers with Disabilities --FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving --FAR 52.225-13 Restrictions on Certain Foreign Purchases --FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR 52.219-1 Small Business Program Representations (APR 2012); FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011); FAR 52.219-28 Post-Award Small Business Program Representations (JUL 2013); FAR 52.222-25 Affirmative Action Compliance (APR 1984); FAR 52.222-50 Combating Trafficking in Persons (FEB 2009); FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications (DEC 2012) FAR 52.232-25 Prompt Payment (JUL 2013); FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (JUL 2013); FAR 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013); FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); FAR 52.233-1 Disputes (JUL 2002); FAR 52.233-3 Protest After Award (AUG 1996); FAR 52.233-4 Applicable Law for Breach of Contract Claims (OCT 2004); FAR 52.247-34 F.o.b. - Destination (NOV 1991); DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (SEP 2011); DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013); DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials (SEP 2011); DFARS 252.204-7003 Control Of Government Personnel Work Product (APR 1992); DFARS 252.204-7011 Alternitive Line Item Structure (SEP 2011); DFARS 252.204-7012 Safeguarding of unclassified controlled technical information (NOV 2013); DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012); DFARS 252.232-7010 Levies on Contract Payments (DEC 2006); DFARS 252.239-7017 Notice of Supply Chain Risk (NOV 2013); DFARS 252.239-7018 Supply Chain Risk (NOV 2013); DFARS 252.243-7001 Pricing Of Contract Modifications (DEC 1991); DFARS 252.244-7000 Subcontracts for Commercial Items (JUN 2013) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea (JUN 2013) Alternate III (MAY 2002); 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) Basis for Contract Award. This acquisition will utilize Lowest Price Technically Acceptable (LPTA) procedures in accordance with FAR 15.101-2. Technical tradeoffs will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the technically acceptable Offeror with the lowest evaluated cost or price, which is deemed responsible in accordance with the Federal Acquisition Regulation and whose quote conforms to the solicitation requirements. The solicitation requirements include all stated terms, conditions, representations, certifications, and any brand name requirements. Only new products will be considered unless specifically noted in the solicitation. The Government reserves the right to award without discussions. Therefore, each 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 determined necessary by the Contracting Officer. (b) Evaluation Methodology. Technical acceptability will be evaluated starting with the lowest priced quote and will continue until a quote is found to be technically acceptable. Once one is found to be technically acceptable no other quotes will be evaluated. The Government technical evaluation team will evaluate the technical proposals on a pass/fail basis, assigning ratings of Acceptable or Unacceptable. Award will be made to the lowest evaluated priced quote that is found to be technically acceptable. 1.Technical (Acceptable / Unacceptable) - Items quoted meet the description of the line items in the solicitation to include any brand name requirement. (c) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm http://www.acq.osd.mil/dpap/dars/dfars/html/current/tochtml.htm FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Volume 3 Chapter 2) clause with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the name of the regulation. ***Be sure you have filled out all the Certifications and Representations on the SAM website. ALSO, complete the attached DFARS Clause 252.209-7994 and submit it along with your quote. Quotes are due by 4 August 2014, 2:00 PM Central Standard Time (CST). All questions/inquiries must be submitted to Sean Lenz at sean.a.lenz@usace.army.mil. Submit your quote to Sean Lenz at sean.a.lenz@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/W91WMC/W81EWF41821178/listing.html)
 
Place of Performance
Address: USACE IT/IM MEO 3909 Halls Ferry Road, Vicksburg MS
Zip Code: 39180
 
Record
SN03438116-W 20140727/140725234616-653a65beae75226e08df4773f9ca1498 (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.