Federal Bid

Last Updated on 08 Sep 2012 at 8 AM
Combined Synopsis/Solicitation
New york New york

BladeCenter Card

Solicitation ID FA8751-12-Q-0491
Posted Date 17 Aug 2012 at 8 PM
Archive Date 08 Sep 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location New york New york United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.


Solicitation FA8751-12-Q-0491 is issued as a Request for Quote (RFQ).


This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20120724. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein.

This procurement is being issued as a Total Small Business Set-aside, under NAICS code 334119, and small business size standard of 1000 employees.

The contractor shall provide the items identified on Attachment 1 - List of Materials (or equal) on a Firm Fixed Price basis, including the cost of shipping FOB Destination. While the List of Materials contains brand name products in a solution set known to be acceptable to the Government, offerors providing solutions equivalent to or exceeding the functional and performance characteristics of the identified items will be considered for technical acceptability. All items in the offeror's solution must be interoperable.

Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.

The expected delivery date is 30 Days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance, and FOB destination point is: F4HBL1/Transportation Officer Depot 2, 148 Electronic Parkway, Rome NY 13441-4516.

The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:

(b) Written quotes are due on or before 3 PM (ET) 24 August 2012. Submit to: AFRL/RIKO, Attn: Kelly Higgins, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to [email protected]. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items.

(b)(4) Submit a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in this solicitation. This may include product literature, or other documents, if necessary.

(b)(11) INCLUDE A STATEMENT VERIFYING THAT YOUR FIRM IS CAPABLE OF CONFORMING TO THE REQUIREMENTS OF DFARS CLAUSE 252.211-7003, ITEM IDENTIFICATION AND VALUATION.
This clause requires the contractor to provide Unique Identifiers (UIDs) for certain items with unit price greater than or equal to $5,000.

(b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

(k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror.

The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within paragraph (a), the following evaluation factors shall be used to evaluate offers: (i) Price, and (ii) Technical Capability. The government intends to award a contract to the lowest priced, technically capable offeror.

The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website via https://www.acquisition.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their quote. Also, offerors shall complete and submit the representations and certifications at DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation Under Any Federal Or State Law (Deviation), and DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. For your convenience, paragraph (b) of 52.212-3, 252.209-7998, and 252.209-7999 are provided in Attachment 2 to this solicitation.

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. The following additional FAR clauses cited in the clause are applicable to this acquisition:

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6, Notice of Total Small Business Aside with Alternate I
52.219-28, Post Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child Labor-Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-35, Equal Opportunity for Veterans
52.222-36, Affirmative Action for Workers with Disabilities
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration

The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition:

252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.227-7015, Technical Data--Commercial Items
252.227-7037, Validation of Restrictive Markings on Technical Data
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.247-7023, Transportation of Supplies by Sea (ALTIII)
252.247-7024, Notification of Transportation of Supplies by Sea

The following additional FAR and FAR Supplements provisions and clauses also apply:

52.211-6, Brand Name or Equal
52.247-34, F.O.B. Destination
252.211-7003, Item Identification and Valuation
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payments

5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407.

Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause.

The Defense Priorities and Allocations System (DPAS) rating of DO-A7 has been assigned to this effort.

All responsible organizations may submit a quote, which shall be considered.

 

Bid Protests Not Available

Similar Past Bids

New york New york 23 Apr 2013 at 7 PM
Frederick Maryland 19 Jul 2010 at 5 PM
Location Unknown 11 Mar 2016 at 2 PM
San diego California 09 Oct 2013 at 4 PM
Clarksburg West virginia 20 Jun 2013 at 4 PM

Similar Opportunities

New york New york 30 Sep 2027 at 4 AM (estimated)
New york New york 30 Sep 2025 at 4 AM (estimated)
New york New york 30 Sep 2025 at 4 AM (estimated)
New york New york 30 Sep 2025 at 4 AM (estimated)
New york New york 30 Sep 2027 at 4 AM (estimated)