SOLICITATION NOTICE
70 -- JWCS DESKTOP VTC - Package #1
- Notice Date
- 9/26/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8604-14-M-7322
- Archive Date
- 10/14/2014
- Point of Contact
- William T. Printz, Phone: 9376565839
- E-Mail Address
-
william.printz@us.af.mil
(william.printz@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- TANDBERG/CISCO STATEMENT OF WORK (SOW) TANDBERG/CISCO BILL OF MATERIALS (BOM) TANDBERG/CISCO REDACTED J&A DESCRIPTION: COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. The Government reserves the right to award without discussions. The solicitation document, FA8604-14-M-7322, is a Request for Quotes (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-76. The associated NAICS code is 334111 Small business size standard is: 1000 employees This requirement is for the following: See attached Bill of Materials and Statement of Work for requirement specifications Delivery is 30 days After Receipt of Order (ARO) Ship to: Wright-Patterson AFB, OH 45433, FOB is Destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition The provision at 52.212-2, Evaluation--Commercial Items, applies; the only evaluation factor being price. 52.212-3, Offeror Representations and Certifications - Commercial Items. If offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov, offeror shall complete and submit only paragraphs 52.212-3(b), Offeror Representations and Certifications--Commercial Items, (below) with the offer. (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] If an offeror has not completed the annual representations and certificates electronically at the SAM website, the offeror shall complete and submit only paragraphs 52.212-3 (c) through (o). The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. All items must be TAA compliant in accordance with FAR. Vendor shall certify that it is a Cisco Authorized Channel as of the date of the submission of their offer, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with the applicable Cisco certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new and in their original box. The Vendor confirms to have sourced all Cisco products submitted in this offer from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and current Cisco's applicable policies at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software. DPAS rating is DO-A7. Open Market pricing is required. Award will be made to the lowest price, technically acceptable, responsive, responsible offeror (ONE OF THE SIX (6) CISCO AUTHORIZED CHANNELS). Anticipated Award Date is: 30 September 2014 Mrs. Jill Willingham-Allen has been appointed as Ombudsman. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or source selection process and does not diminish the authority of the contracting officer. Any questions or concerns about this solicitation should first directed to the buyer at the e-mail address or phone number listed, or you may contact the Ombudsman at jill.willinghamallen.1@af.mil. Proposals are due by 3:00 pm EST, 29 September 2014. Proposals shall be sent via email to william.printz@us.af.mil. Any questions regarding this acquisition should be directed to Tyler Printz at (937) 656-5839 or by e-mail.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-14-M-7322/listing.html)
- Place of Performance
- Address: AFLCMC/IN, 2303 8th Street, Wright Patterson, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN03533473-W 20140928/140927061907-da93fdfd37086fde16529c7bea812802 (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 |