Federal Bid

Last Updated on 28 Sep 2007 at 4 AM
Combined Synopsis/Solicitation
Location Unknown

70 -- FA4800-07-Q-RL06 i2 Analyst Notebook

Solicitation ID Reference-Number-F2QT107205A001
Posted Date 10 Sep 2007 at 4 AM
Archive Date 28 Sep 2007 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa4800 633 Cons Pkp
Agency Department Of Defense
Location United states
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. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ FA4800-07-Q-RL06. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. This is a notice as intent to asward a sole source contract to i2, 1430 Spring Hill Rd STE 600, Mc Lean, VA 22102-3017. The associated NAICS code is 511210 with a 500 Employees size standard. This RFQ contains 2 line items. The line item description is as follows: CLIN 0001 i2 Analyst?s Notebook Configuration: stand alone, english. Qty: 23 each; CLIN 0002 i2 Analyst?s Notebook Support, English. Qty: 23 each. End Item Description. FOB point is Destination (Langley AFB,VA). PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-6, Notice of Total Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFARS 252.232-7003, Electronic Submission of Payment Request, DFARS 252.246-7000, Material Inspection and Receiving Report. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A. Addenda to FAR 52.212-5: The following additional clauses apply to this solicitation: FAR 52.233-2, Service of Protest: (a) Protest, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer Anissa Ragland (addressed as follows) by obtaining written and dated acknowledgement of receipt from 1st Contracting Squadron, Attn: A1C Robert L Lieder III, 74 Nealy Avenue, Langley AFB, VA 23665-2088. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The clause at AFFARS 5352.201-9101, Ombudsman, applies to this solicitation. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC Robert Lieder at 1 CONS/LGCB, 74 Nealy Avenue, Langley AFB, VA 23665-2088. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror who?s quote/offer represents the best value in terms of technical (capability of item(s) offered to meet the government need), price, and past performance, which will be most advantageous to the government. Interested parties must notify the contracting office by 13 September 2007, 1200 pm, Eastern Standard Time (EST) to the 1st Contracting Squadron/LGCB, Attn: Robert Lieder, Contract Administrator, Commercial Phone 757-764-5802, Fax 757-764-7447, E-mail [email protected], LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. POINT OF CONTACT Robert Lieder, Contract Administrator, Phone 757-764-5802, Fax 757-764-7447, [email protected] Anissa Ragland, Contracting Officer, Phone 757-764-7483, Fax 757-764-7447, [email protected] Email your questions to Robert Lieder at [email protected]
Bid Protests Not Available

Similar Past Bids

Fort belvoir Virginia 25 May 2007 at 4 AM
Location Unknown 29 Jun 2009 at 7 PM
Location Unknown 28 Apr 2010 at 5 PM
Dayton Ohio 01 Apr 2025 at 3 PM
Dayton Ohio 25 Apr 2025 at 3 PM