Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2015 FBO #4951
SOLICITATION NOTICE

D -- DOTHILL MAINTENANCE - Package #1

Notice Date
6/12/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Media Center, 1363 Z Street, March Air Reserve Base, California, 92518
 
ZIP Code
92518
 
Solicitation Number
HQ0516-4328-0001-000
 
Archive Date
7/7/2015
 
Point of Contact
Kathleen M. Hopkins, Phone: 3012226484
 
E-Mail Address
kathleen.m.hopkins12.civ@mail.mil
(kathleen.m.hopkins12.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Redacted Brand Name J&A - DotHill. Continuation Sheet, Page 7. Continuation Sheet, Page 6. Continuation Sheet, Page 5. Continuation Sheet, Page 4. Continuation Sheet, Page 3. Continuation Sheet, Page 2. Continuation Sheet, Page 1. 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. Synopsis/solicitation reference number HQ0516-4328-0001-000 is being issued as a Request for Quotes (/RFQ) and incorporates the following with the word "quoter" substituted for "offeror". This acquisition is a Total Small Business Set-Aside. In addition, quoters must be a Registered Partner of Dot Hill, Inc. This shall be an all or none award. The item requested herein is unique to the manufacturer. No substitutions shall be accepted. See attached brand name justification. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-82 effective 6 June 2015 and DFARS Publication Notice 20150602 effective 2 June 2015. (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2014): (a) Re Para (a): NAICS 811212, Small Business Size Standard is $27,500,000.00 (b) Note that Para (k) requires offeror to be registered with the System for Award Management (SAM) database at time order is issued and throughout performance. ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (i) Quoter must use the attached CONTINUATION SHEETS for pricing. (ii) GSA or open market prices will be considered. Please provide any applicable quantity or Government discount available. Required Company Information: (a) Cage Code & DUNS Number (b) Tax Identification Number (c) Business Size (iii) PERIOD OF ACCEPTANCE OF QUOTE: Quotes offering less than 90 calendar days for acceptance by the Government from the date designated for receipt of quotes will be considered non-responsive and will be rejected. (2) FAR 52.212-2 (Evaluation - Commercial Items) (OCT 2014) with the following insertion in Para (a) "Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Quoter, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation." Technical evaluation will be based on the quoter' s certification that it is a Manufacturer's Registered Partner and that it has the certification/specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/specialization requirements. (3) QUOTE MUST BE RECEIVED NO LATER THAN 10:00 AM EASTERN DAYLIGHT TIME ON 22 June 2015 IN ORDER TO BE CONSIDERED. Proposal may be emailed to kathleen.m.hopkins12.civ@mail.mil or sent via fax to (301) 833-4948. Due to unexpected technical issues, email and fax may result in your quote not arriving before the cut-off time; please allow extra time if you are sending your quote via electronic means. (4) Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (NOV 2014) with Alt 1 (OCT 2014) or indication that Reps and Certs are in ORCA. Vendor shall certify that it is a Manufacturer's Registered Partner as of the date of the submission of their offer, and that it has the certification/specialization level required by manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer's 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 manufacturer's products submitted in this offer from manufacturer or through Manufacturer's Registered Partners only, in accordance with all applicable laws and current manufacturer'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 manufacturer's software is licensed originally to Buyer as the original licensee authorized to use the Manufacturer's Software." It is the responsibility of all interested quoters to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the quoter by the Government. All prospective contractors must be registered in the System for Award Management (SAM) in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. The Government will issue a contract to the responsible quoter, with acceptable past performance, submitting the lowest priced quote. This contract will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (eCMRA) REPORTING The contractor shall ensure ALL contractor labor hours (including subcontractor labor hours) required for the performance of services provided under this contract are reported via a secure data collection site. The contractor (and all subcontractors providing direct labor under this contract) shall report complete and accurate data for the labor executed during the period of performance during each Government fiscal year (FY), which runs from October 1 to September 30. The Contractor shall input the data into the appropriate eCMRA reporting tool, which can be accessed via a secure web site at http://www.ecmra.mil/. There are four separate eCMRA tools: Army, Air Force, Navy and All Other Defense Components. The appropriate eCMRA reporting tool to use is determined by the requiring activity being supported (e.g., if DISA awards a contract for an Air Force requiring activity, the contractor shall load the required reporting data in the "Department of Air Force CMRA" tool). While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. The contractor shall completely fill in all required data fields. The contractor shall enter initial data into the appropriate eCMRA tool to establish the basic contract record no later than 15 working days after receipt of contract award or contract modification incorporating this clause. The contractor shall notify the COR when the basic contract record has been established in the appropriate eCMRA tool. eCMRA User Manuals and Frequently Asked Questions (FAQs) are available at http://www.ecmra.mil/ Contractors may direct technical questions to the eCMRA help desk at dodcmra@pentagon.af.mil FAR 52.217-9 -- OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 CALENDAR DAYS before the contract expires, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 CALENDAR days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 48 months. FAR 52.212-4 Contract Terms and Conditions - Commercial Items (DEC 2014) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUL 2014) (DEVIATION) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-8 Utilization of Small Business Concerns (OCT 2014) FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) DFARS 252.203-7998 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-O0010) (FEB 2015) DFARS 252.203-7999 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-O0010) (FEB 2015) DFARS 252.204-7004 Alternate A, System for Award Management (FEB 2014) 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 252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014) DFARS 252.246-7000 Material Inspection and Receiving Report (MAR 2014) DLAD Clause 52.211-9014 Contractor Retention of Traceability Documentation (AUG 2012) Additional FAR and DFARS clauses required by the regulations will be included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DMC/HQ0516-4328-0001-000/listing.html)
 
Place of Performance
Address: Defense Media Activity, 5700 Taylor Avenue, Fort Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN03763706-W 20150614/150612235853-d4824ebcbad5d5895d7be8d2d60d6330 (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.