Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2017 FBO #5741
SOLICITATION NOTICE

70 -- NC2 - EMC Avamar Maintenance Support - Package #1

Notice Date
8/10/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus 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
F4F4AC7199A002
 
Archive Date
8/31/2017
 
Point of Contact
Ryan J. McCullough, Phone: 9376567475
 
E-Mail Address
ryan.mccullough@us.af.mil
(ryan.mccullough@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
J&Av2_EMC Avamar Maint - REDACTED.pdf BOM_EMC Avamar Maint.pdf DUE TO TECHNICAL ISSUES WITH THE AFWAY PORTAL ALL NETCENTS-2 SOLICITATIONS ISSUED PURSUANT TO FAIR OPPORTUNITY ARE CURRENTLY BEING POSTED ON FBO. ONLY AWARDEES UNDER THE NETCENTS-2 IDIQ CONTRACT WILL BE CONSIDERED FOR AWARD UNDER THIS SOLICITATION. 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. This advertisement and the attached document(s) for solicitation #F4F4AC7199A002 is a Request for Quotes (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-94 and 2005-95. Reference the solicitation # provided above in the email subject line of your response. This requirement is for the following EMC AVAMAR products: --See attached Bill of Materials ( BOM_EMC Avamar Maint.pdf ) In addition to other Federal Acquisition Regulations (FAR) requirements that may apply, please be aware of the following FAR that apply to this acquisition: 1) FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 2) FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 3) FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, applies to this acquisition. Submission of an quote/proposal shall infer that "is not" as the offeror's response to FAR 52.209-11(b). 4) FAR 16.505(b)(2)(i)(B), which precludes the Fair Opportunity process for this acquisition. Reference attached J&A. 5) FAR 16.606(a)(4), which restricts this acquisition to a brand name. Reference attached J&A. Option(s) if applicable: None All items must be TAA compliant in accordance with the FAR. DPAS rating is DO-A7. NETCENTS-2 pricing is required. Proposals must include line items consistent with the CLIN numbering as stated in each vendor's basic NETCENTS-2 contract. NETCENTS-2 contracts adhere to the following: CLIN STRUCTURE 1100 = Networking Equipment 1200 = Servers/Storage 1300 = Peripherals 1400 = Multimedia 1500 = Software 1600 = Identity Management/Biometric Hardware & Software 1700 = Data 1800 = Warranty 1900 = Maintenance NOTE: If there are multiple line items under a particular CLIN type, then use the following numbering scheme (basic CLINs 1100 and 1500 used as examples): NETWORKING EQUIPMENT 1101 = ABC Modem P/N 1234 1102 = XYZ Modem P/N 5678 1103 = ABC Router P/N 1234 1104 = XYZ Router P/N 5678 SOFTWARE 1501 = 3D Imagine Software P/N 1234 1502 = Accounting Software P/N 890 1503 = Pricing Software P/N 7654 Award will be made to the lowest price, technically acceptable, responsive, responsible offer. Vendors submitting a response to any RFQ that includes a requirement for supplies and/or services that have incurred, or that may incur a lapse in maintenance support prior to the award date, shall include as part of its response any applicable reinstatement fee(s). Anticipated Award Date is one week after "Response Date" identified on this posting. The appointed AFLCMC Ombusdmans are the following: --Primary - LtCol Peter A. Sandness (937-255-5512, peter.sandness@us.af.mil ), --Alternate - Ms. Selwa A. Kirbabas (937-255-5472, selwa.kirbabas@us.af.mil ). The purpose of an 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 be directed to the buyer at the e-mail address or phone number listed, or you may contact the Ombudsmans identified above. Proposals are due ACCORDING TO "RESPONSE DATE" IDENTIFIED ON THIS POSTING.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/F4F4AC7199A002/listing.html)
 
Place of Performance
Address: WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04622472-W 20170812/170810231849-c753905b510b4d5f470f8c3d276038a8 (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.