SOLICITATION NOTICE
74 -- Honeywell Vindicator PCs - sole source justification
- Notice Date
- 9/9/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 35 CONS - Misawa, Unit 5201, Misawa AB, APO Japan, 96319-5201
- ZIP Code
- 96319-5201
- Solicitation Number
- FA5205-14-Q-EC12
- Point of Contact
- Erin E. Conley, Phone: 08043350144
- E-Mail Address
-
erin.conley.1@us.af.mil
(erin.conley.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sole source justificatioin for Honeywell Vindicator PC. Please fill out the attached RFQ in its entirety. 35 th Contracting Squadron Bldg. 656, USAF Misawa Air Base, Japan Unit 5201, APO AP 96319-5201 REQUEST FOR QUOTATION (RFQ) 9 September 14 (JST) Company Name: _____________________________ ATTN: Government Sales Representative Request for Quotation/Combined Synopsis 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 are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is a Request for Quotation. The solicitation number is FA5205-14-Q-EC12.This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-76, DPN 20140805, and AFAC 2014-0421 effective 21 Apr 2014. The applicable NAICS for this acquisition is 423430. The Standard Industrial Classification (SIC) is 5045. The 35th Contracting Squadron, Misawa AB, Japan intends to issue a RFQ procurement action to provide Windows 7 PCs. ************************************************************************************* Company Name : ______________________________ Name of Quoter: ATTN: Government Sales Representative Notice to Vendor: This is a REQUEST FOR QUOTE (NOT A PURCHASE ORDER). The Government reserves the right to make award to the vendor whose offer conforming to this RFQ represents the lowest price technically acceptable. Please respond to this RFQ by providing your quotation using this form no later than 1630 15 September 2014 (ET) via E-mail: erin.conley.1@us.af.mil or hand delivering to 35 CONS. Offerors may use another format for submission of quotes. However, all quotes must contain the minimum information required. Period for acceptance of quotation: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another period is specified in an addendum to the solicitation. Please ensure quotes are marked with an acceptable expiration date. *Incomplete quotes will be considered nonresponsive. *Currency : Offers submitted in response to this solicitation shall be priced either in US Dollars or in Yen, but not in both. Offers received in other than US Dollars or Yen shall be rejected. Evaluation of foreign currency offers will be in accordance with FAR clause 52.225-17. All supporting documentation shall reflect the currency in the price proposal *Award shall be made in the aggregate, all or none. *Incomplete quotes will be considered nonresponsive. EVALUATION CRITERIA: Quotes will be evaluated in accordance with FAR 13.106-2. The Government intends to award a Firm-Fixed Price commercial contract resulting from this notice on an all or none basis to the responsible offeror whose offer meets the following evaluation criteria: lowest price technically acceptable. POC: 2Lt Erin Conley Phone: 0176-77-4895 / Fax: 0176-52-4793 E-mail: erin.conley.1@us.af.mil ************************************************************************************* ******************************************************************************************* Item No. Description QTY Unit Price Ext/Amt 0001-AA 0002-AA 0003-AA 0004-AA 0005-AA Honeywell Vindicator- Windows 7 PC P/N: 600-36163-01 Honeywell Vindicator Name: RAID 1 Option P/N: 356-36045-01 Honeywell Vindicator Name: Maintenance Laptop P/N: 600-32900-51 Technical Services/Hour Contractor shall provide installation For the Honeywell Vindicator Windows 7 PC to the IDS. Packaging &Freight 7 Ea 3 Ea 1 Ea 7 Ea 1 Ea $ $ $ $ $ $ $ $ $ $ TOTAL $______________ Manufacture's Name: Brand: Model or Part Number: •- Incomplete information will be considered nonresponsive. •- Award will be made on an all-or-none basis. •- Item must be under GSA contract (Competition outside of Federal Supply Schedule shall not be sought IAW FAR 8.404(a)). •- F.O.B. Destination shall be quoted for supplies to be delivered within the United States unless there are valid reasons to the contrary. ****************************************************************************************** •a. Shipping Address/Consolidation Point: Check applicable block below. All items shall be packed for export shipment IAW commercial standard practice to avoid damage. F.O.B Destination to physical address (Misawa Air Base, Japan) F.O.B Destination to APO Address by parcel post (APO AP 96319-xxxx) F.O.B Destination to *Point of Embarkation (POE) F.O.B Origin - Free of expense to the Government delivered to a U.S. Postal Service facility: Postage fee $ F.O.B Origin Ship to *POE. Shipping Cost $: F.O.B. Origin point: F.O.B Origin - Government Integrated Booking System (IBS) *POE: DDJC, Tracy Depot will not accept items exceeding any of the weight of 10,000 lbs, dimensions of 456"L x 89"W x 88"H, or occupancy of 75% and more of a 40-foot-seavan. For oversized shipment, the contractor shall coordinate with SDDC for shipment to Misawa Air Base, Japan. Defense Logistics Agency Defense Distribution Depot San Joaquin (DDJC), Tracy Depot Address: Bldg. 30, CCP, 25600 Chrisman Road, Tracy, CA 95376 Tel: (209)-982-4283 Fax: (209)-982-3790 E-Mail Address: Delivery@dla.mil Total weight lbs. & Total cubic size ft.³ b. Warranty period, if any:. If your warranty is other than a standard commercial warranty, please provide a copy of your warranty information/certification when responding to this RFI. c. Business size: S mall ________ L arge ________ Women-owned ______ Veteran Owned ______ Socially and economically disadvantaged small business ________ d. Your minimum order amount: $ _______. e. Variation in Quantity: ______. f. Proposed delivery is days after receipt of order. g. Prompt payment discount terms: _________________. h. Expiration date of quote: _____________________________________ i. Quoted by: Name, Title Quoter's E -mail address: ***Your Ordering Address, Tel No. and Fax No. *** ***Your Remit to Address if Different from Ordering Address*** CAGE Code: DUNS No.: TIN No.: System for Award Management ( SAM ) Registered or Updated, whichever is later, on (Date) ________ ____ *Lack of registration in the SAM database will make an offeror ineligible for award. And the Contractor is required to confirm on an annual basis that its information in the SAM database is accurate and complete at http://www.sam.gov/. (IAW FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, Jul 2 0 13 ) Signature: ________________________________________________ Date: _____________ Quoted by: Name, Title Quoter's e-mail address: APPLICABLE PROVISIONS AND CLAUSES FAR 52.203-3 Gratuities FAR 52.204-7 System for Award Management. FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items. 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 Affirmation 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 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Conract Claim DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.244-7000 Subcontracts for Commercial Items. Provisions and clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Wide Area Work Flow (WAWF) at http://wawf.eb.mil and the System for Award Management (SAM) at http://www.sam.gov IAW FAR 52.204-7 or submit FAR 52.212-3 with the quotation. The following Air Force Federal Acquisition Regulation Supplements (AFFARS) clause are incorporated by full text : FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jan 2014) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. AFFARS 5352.201-9101 OMBUDSMAN (APR 201 4 ) a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, CMSgt (S) Gene L. Eastman, AFICA/KH, Hickam AFB, HI 96853-5427, telephone number (808) 449-8569, facsimile number (808) 449-8569, e-mail address gene.eastman@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsm level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause) (End of RFQ Document )
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/35CONS/FA5205-14-Q-EC12/listing.html)
- Record
- SN03503827-W 20140911/140910001636-bf5f115e3cc31c0649cdce38571fb258 (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 |