Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2024 SAM #8195
SOLICITATION NOTICE

70 -- PROJECT FOXBOX BLANKET PURCHASE AGREEMENT

Notice Date
5/3/2024 7:52:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
FA2280 AFRL RGK DAYTON OH 45402-1320 USA
 
ZIP Code
45402-1320
 
Solicitation Number
FA228024Q0002
 
Response Due
5/24/2024 2:00:00 PM
 
Archive Date
06/08/2024
 
Point of Contact
JERRY LATIMER, Phone: 9372043654, Michelle Fullard
 
E-Mail Address
Jerry.Latimer@us.af.mil, Michelle.Fullard@us.af.mil
(Jerry.Latimer@us.af.mil, Michelle.Fullard@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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.� The resulting Blanket Purchase Agreements (BPA) are not a contract but an agreement of pricing, terms, and conditions to allow for quick and efficient execution of calls.A BPA will be issued without discussions as a Firm-Fixed Price (FFP) award utilizing FAR Part 13, Simplified Acquisition Procedures. This is a brand name requirement issued under the authority of 10 U.S.C. 2304(c)(1), as implemented through FAR 13.106-1(b)(1)(i) All vendors must already be compliant e with the latest SOSA (Sensor Open Systems Architecture) guidelines, reference Technical Standard for SOSA Reference Architecture, Edition 2.0, �CNSSAM (Committee on National Security Systems Advisory Memorandum) TEMPEST (technical investigations and studies of compromising emanations from electronic data processing equipment) standards and manufactured in TAA (Trade Agreement Act) compliant nations. This combined synopsis/solicitation is 100% set aside for small business in accordance with FAR 19.502-2(a). No 3rd party vendors will be considered. All firms responding must be registered with the System for Award Management (SAM).� �All responsible sources may submit a quotation, which shall be considered by the agency.� The information submitted must be provided in sufficient detail to demonstrate the vendor�s ability to fulfill this requirement.� The contractor must also provide a description of their past experience in fulfilling requirements which are the same or similar to this requirement and references for each. �� This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2023-06, Defense Federal Acquisition Regulation Supplement (DFARS) Publication Change Notice 10/30/2023, and DAFFARS Change 7/7/2023. It is the contractor's responsibility to become familiar with applicable provisions and clauses by visiting�https://www.acquisition.gov/. NAICS CODE IS 334118 Specific Hardware list is below FOX 35 Qty �VPX3-1260 Single Board Computer-2 ComEth4591a Switch-2 153L Graphics Processing Unit-2 �446bT, conduction cooled,MIL 1394 (AS5643) mezzanine adapters-2 FireTrac 430BT-1 *A BPA is written for a five (5) year period and during this period the government is only obligated for actual purchases made under the BPA. Therefore, the BPA will not include a minimum or maximum dollar limitation during this five (5) year period. *The Contracting Officer (CO) must approve the price lists your company submits prior to establishing the BPA. Vendors can submit a request to increase or decrease its prices annually, on or about the anniversary date issuance of the BPA. Price lists are valid for a specific ordering period. Projected ordering periods are as follows: ��������������� Ordering Period 1: 1 June 2024 � 30 May 2025 ��������������� Ordering Period 2:1 June 2025 � 30 May 2026 � � � � � � � � Ordering Period 3: 1 June 2026 � 30 May 2027 � � � � � � � � Ordering Period 4: 1 June 2027 � 30 May 2028 � � � � � � � � Ordering Period 5: 1 June 2028 � 30 May 2029 1����Quotes�must be submitted via email no later than (NLT) 05:00 PM EDT, 24 MAY 20244118 �to JERRY.LATIMER@US.AF.MIL� with ""Blanket Purchase Agreement Project FoxBox"" in the subject line. Quotations shall contain the following: Vendor Administrative Information: Cage Code: Special Small Business Sub-Category (if applicable): Pricing: If the items quoted are available on a commercial, published, or on-line price listing, attach the listing to the RFQ response.� If using an internal price listing, provide the title of your price list, the page number on which the items are listed, and the date the price list was established. If quoting on a GSA Schedule or Blanket Purchase Agreement (BPA), provide Schedule Number and Expiration Date. Price Breakdown.� The quote shall include: Item Description, Unit Cost, Quantity, and � The Quote shall reflect an all-inclusive price (e.g., includes delivery cost). Statement that the quotes are good for 60 calendar days. 2��� Funds are not presently available for this requirement. The Government�s obligation under this BPA is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. The full text of FAR provisions or clauses may be accessed electronically at FAR:��https://www.acquisition.gov/browse/index/far DFAR:�� https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html APPLICABLE SOLICITATION PROVISIONS FAR 52.204-7 System for Award Management. FAR 52.204-8�Annual Representations and Certifications. FAR 52.204-16 Commercial and Government Entity Code Reporting. FAR�52.204-20 Predecessor of Offeror. FAR 52.204-22 Alternative Line Item Proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations- Representation. FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.211-6 Brand Name or Equal. FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.212-2 Evaluation-Commercial Items. FAR 52.219-1 Small Business Program Representations. FAR 52.222-22 Previous Contracts and Compliance Reports. FAR 52.222-46 Evaluation of Compensation for Professional Employees. FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification. FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification. FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-� Representation. FAR 52.225-18 Place of Manufacture. FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7004 Alternate A, System for Award Management. DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. FAR 52.204-17 Ownership or Control of Offeror. (a)�Definitions.�As used in this provision- ""Commercial and Government Entity (CAGE) code"" means-- (1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Commercial and Government Entity (CAGE) Branch to identify a commercial or government entity, or (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Commercial and Government Entity (CAGE) Branch records and maintains the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code. ""Highest-level owner"" means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. ""Immediate owner"" means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. (b) The Offeror represents that it [ ] has or [ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (c) and if applicable, paragraph (d) of this provision for each participant in the joint venture. (c) If the Offeror indicates ""has"" in paragraph (b) of this provision, enter the following information: Immediate owner CAGE code:________________________________________ Immediate owner legal name:_________________________________________ (Do not use a ""doing business as"" name) Is the immediate owner owned or controlled by another entity?: [ ] Yes or [ ] No. (d) If the Offeror indicates ""yes"" in paragraph (c) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest level owner CAGE code:________________________________________ Highest level owner legal name:_________________________________________ (Do not use a ""doing business as"" name) (End of provision) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at� http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. APPLICABLE CONTRAT CLAUSES FAR 52.204-13 System for Award Management Maintenance. FAR 52.204-18 Commercial and Government Entity Code Maintenance. FAR 52.204-19 Incorporation by Reference of Representations and Certification. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.232-39 Unenforceability of Unauthorized Obligations. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-1 Disputes. FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act. FAR 52.243-1 Changes-Fixed Price. FAR 52.244-6 Subcontracts for Commercial Items. FAR 52.246-1 Contractor Inspection Requirements. FAR 52.246-16 Responsibility for Supplies. FAR 52.247-34 F.o.b. Destination. FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7004 Antiterrorism Awareness Training for Contractors. DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. DFARS 252.223-7008 Prohibition of Hexavalent Chromium. DFARS 252.225-7048 Export-Controlled Items. DFARS 252.231-7000 Supplemental Cost Principles. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 Wide Area Workflow Payment Instructions. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.244-7000 Subcontracts for Commercial Items. DFARS 252.246-7000 Material Inspection and Receiving Report. DFARS 252.247-7023 Transportation of Supplies by Sea.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9fd7ca7ea1814ed4b30031a071b76c80/view)
 
Place of Performance
Address: Dayton, OH 45402, USA
Zip Code: 45402
Country: USA
 
Record
SN07053068-F 20240505/240503230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.