Federal Bid

Last Updated on 12 Sep 2013 at 8 AM
Combined Synopsis/Solicitation
Barksdale air force base Louisiana

ETool Equipment B2S

Solicitation ID FA4608-13-Q-0042
Posted Date 28 Aug 2013 at 2 PM
Archive Date 12 Sep 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4608 2 Cons Lgc
Agency Department Of Defense
Location Barksdale air force base Louisiana United states
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. This solicitation, FA4608-13-Q-0042, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-66 Effective 01 Apr 2013). This procurement is 100% small business set-aside. The NAICS code is 337127 and the small business size standard is 500 employees. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not in the System for Award Management database. (Reference: DFARS 252.204-7004, Alt A Required System for Award Management).The following commercial items are requested in this solicitation.

The items being procured are:

01 (20 EA) Static Safe Products Co Laptop Lockup: 10 drawers to accommodate any rugged notebook computer. EXCEPTION: Cabinets may be 11 drawers if additional drawer is used to house Managed switch (Current eTools must fit). Each drawer will have one 120 VAC outlet and one RJ45 Ethernet connection, both connections will be mounted on the right hand side, while looking at fronnt of cabinet. Drawers must slide smoothly and extend 1' from front of cabinet for easy access to power and Ethernet connections. Drawers must be vented to allow warm air to escape. 2' molded Ethernet cable (Cat 5E/6) will be included in each drawer. A surge/spike protection device to be provided for the AC going to drawers. The unit must have a durable finish, example baked on enamel paint or rhino paint. The unit must operate with 110VAC with surge suppression. A 10-12' minimum power cord providing power to cabinet. Cooling/ventilation system to insure sufficient cooling while charging, fan kits will have filters. Unit will have replaceable high quality locking swivel casters suitable for use on hard surfaces. Separately locking drawers for security and individual key assignment, with master keys that will work all cabinets. Will have an Air Force Approved Managed Netowrk Switch (CISCO WS-2960-24TT-L) mounted to support the LAN connection in the 10 drawers storing the laptops. A cable management system will extend from the rear of each drawer to the rear of the cabinet to insure long cable life. 3 Ethernet ports will be provided externally and appropriately labeled: one port to be connected for Local Area Network (LAN) connection; second port will allow for daisy chaining the units; third to be used as a console port for a managed switch; labels to be placed next to the ports for identification. Quote will include shipping. Each unit will ship with a simple user manual/maintenance guide/replacement parts listing/Warranty contact information. CONSTRUCTION MATERIAL: Cabinet must be structurally stiffened to enable the movement of the cabinet and be sturdy enough to safely load/secure onto a pallet for shipment to deployed locations.
Note: Equal Items will be acceptable upon determination of technical acceptability.


Note: The Contracting Officer reserves the right to award to other than the low bidder based on the following items in the respective order: price; technical acceptability. Contractors bidding "Or Equal" items must provide pictures/specifications of items that will meet minimum salient characteristics of the items requested.


The offer submittal shall list the item by part number, number of items being offered, the product description as listed above, and list the manufacturer. The offer shall list unit prices, total for each part number, and an overall totaled price. Delivery requirements: FOB Destination quotations are the only quotes that will be accepted. FOB origin offers will not be considered. Delivery date of 30 days after receipt of award shall be acceptable.

Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items and the following addenda. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause or be registered within System for Award Management http://www.sam.gov THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on price and technical acceptability. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer.

Additionally the following clauses and provisions apply to this acquisition:

52.204-1 Approval of Contract
52.204-2 Security Requirements
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance
52.207-1 Notice of Standard Competition
52.207-2 Notice of Streamlined Competition
52.207-4 Economic Purchase Quantity-Supplies
52.209-1 Qualification Requirements
52.209-5 Certification Regarding Responsibility Matters
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.211-6 Brand Name or Equal
52.212-1 Instructions to Offerors - Commercial Items
52.212-2 Evaluation - Commercial Items
52.212-3 Offeror Representations and Certification - Commercial Items
52.212-4 Contract Terms and Conditions Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, and includes the following clauses as cited: (b) 5, 16, 17, 18, 19, 20, 24(i), 24(ii), and 31
52.219-1 Small Business Program Representation
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns
52.222-3 Convict Labor
52.222-19 Child Labor-Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-22 Previous Contracts and Compliance Reports
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act
52.225-13 Restrictions on Certain Foreign Purchases
52.225-18 Place of Manufacture
52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification
52.229-3 Federal, State and Local Taxes
52.232-1 Payments
52.232-8 Discounts for Prompt Payment IBR
52.232-11 Extras IBR
52.232-17 Interest IBR
52.232-23 Assignment of Claims IBR
52.232-33 Payment by Electronic Funds Transfer-System for Award Management
52.232-39 Unenfocreablity of Unauthorized Obligations
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.242-13 Bankrupcy
52.243-1 Changes-Fixed Price
52.246-2 Inspection Of Supplies-Fixed Price
52.246-16 Responsibility For Supplies IBR
52.247-34 F.O.B. Destination
52.252-2 Clauses Incorporated by Reference

 

Applicable DFARS clauses included:

252.203-7000 Requirements Relating to Compensation of Former DOD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Alt A System for Award Management (52.204-7) Alternate A
252.204-7008 Export-Controlled Items
252.211-7003 Item Identification and Valuation
252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items provisions
252.215-7007 Notice of Intent to Resolicit
252.219-7003 Small Business Subcontracting Plan (DoD Contracts)
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7012 Prefernce for Certain Domestic Commodtities
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing of Contract Modifications
252.243-7002 Requests for Equitable Adjustment
252.244-7000 Subcontracts for Commercial Items
252.246-7003 Notification of Potential Safety Issues
252.246-7004 Safety of Facilities, Infastructure and Equipment for Military
252-247-7023 Alt III Transportation of Supplies by Sea
5352.223-9001 Health and Safety on Government Installations

The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 1:00 PM (CST), 11 Sep 2013 , 2 CONS/LGCB, 41 Vandenberg Ave, Barksdale AFB, LA 71110. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of Justin Carroll at (318) 456-4843. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to A1C Justin Carroll, Contracting Specialist, at (318) 456-3421, [email protected] or Steven Huffines, Contracting Officer, at (318) 456-2201, [email protected]

 

 

 

 

 

Bid Protests Not Available

Similar Past Bids

Barksdale air force base Louisiana 28 Aug 2013 at 2 PM
Apo Ap 17 Sep 2020 at 8 PM
Location Unknown 23 Aug 2023 at 9 PM
Location Unknown 23 Aug 2023 at 8 PM
Location Unknown 20 Apr 2017 at 8 PM

Similar Opportunities

Barksdale air force base Louisiana 08 Jul 2025 at 5 PM
New york 27 Jul 2025 at 4 AM (estimated)
New york 27 Jul 2025 at 4 AM (estimated)
Shaw air force base South carolina 30 Jul 2025 at 6 PM