SOLICITATION NOTICE
70 -- Synchronization Licenses
- Notice Date
- 8/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- F3PT417200A003
- Response Due
- 8/13/2007
- Archive Date
- 8/28/2007
- Small Business Set-Aside
- Total Small Business
- Description
- The 12th Contracting Squadron at Randolph AFB intends to award a contract for the purchase of items listed in the Description of Supplies. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. In accordance with FAR Part 19.502, this requirement is a 100% Total Small Business Set-aside. This announcement constitutes the only solicitation; quotations are being accepted and a written solicitation will not be issued. This requirement is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. The NAICS Code is 511210; size standard $23 million. DESCRIPTION OF SUPPLIES/SERVICES A. Following items will be provided: CLIN: 0001 Description: Server Synchronization Licenses Quantity: One Hundred and Twenty (120) Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet Access at the AF FAR Site, http://farsite.hill.af.mil: This is a best-value procurement. Award will be made to the offeror whose offer conforming to the solicitation is determined to be most advantageous to the Government, price and other factors considered. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://arnet.gov/far. The firm-fixed price shall be based on open market rates, including any volume or spot discounts. The following clauses and provisions are applicable to this solicitation: FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. Offerors are reminded that Representations and Certifications are to maintained at the following website: http://orca.bpn.gov/publicserach.aspx . In the event Representations and Certifications are not on file, offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items that can be obtained at http://farsite.hill.af.mil, FAR Part 52 or on-line at http://orca.bpn.gov. DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items. FAR 52.212-4, Contract Terms and Conditions-Commercial Items is applicable and paragraph (c) of this clause is tailored as follows: (c) changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception administrative changes such as paying office, appropriate data, etc., which may be changed unilaterally by the Government. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, (Deviation) with these additional FAR clauses marked: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C 4212); FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam ERA, and other Eligible Veterans; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items; DFARS 252.204-7004 Alt. A, Required Central Contractor Registration; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.225-7031, Secondary Arab Boycott of Israel; AFFARS 5352.223-9001, Health and Safety on Government Installation; AFFARS 5352.242-9000, Contractor Access to Air Force Installation; AFFARS 5352.201-9101 OMBUDSMAN (10 AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the AETC ombudsmen, Chief, Business Operations Branch, AETC/A7KB, Maria G. Beckett, 2035 1st Street West, Ste 1, Randolph AFB TX 78150-4304, phone (210) 652-7905, facsimile (210) 652-8348, Lupe.Beckett@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.233-3, Protest After Award; FAR 52.204-7, Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.203-3, Gratuities; FAR 52.232-18, Availability of Funds; FAR 52.202-1, Definitions; FAR 52.204-4, Printed or Copied Double Sided on Recycled Paper; FAR 52.215-5, Facsimile Proposals; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.223-6, Drug Free Workplace; FAR 52.232-1, Payments; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. Interested parties capable of providing the above must submit a written quote to include discount terms, site locations, past performance information, tax identification number, cage code, DUNS and firm evidence of their ability to perform. Your quote should include your Cage Code, DUNS, and Tax Identification numbers. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. All responses that meet the criteria contained within will be considered. Since award will be based on initial responses, it is encouraged to offer your most advantageous pricing in your initial response. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. Quotes are due not later that 12:00 p.m. Central Standard Time, 16 Aug 07, to the attention of SSgt Darren Sinclair, 12 CONS/LGCB, 395 B St W STE 2, Randolph AFB TX 78150, faxed to 210-652-2759, or e-mailed to darren.sinclair@randolph.af.mil. Email is the preferred method. Point of Contact: SSgt Darren Sinclair, Contracting Specialist, Phone 210-652-5111, Fax 210-652-2759, Email address: darren.sinclair@randolph.af.mil; Nelda Lopez, Contracting Officer, 12CONS/LGCB, 210-652-5131, Nelda.Lopez@randolph.af.mil .
- Place of Performance
- Address: HQ AFPC/DPDXR, ATTN:CARL CARLSON, BLDG 499 EAST LOADING DOCK, 1101 FOURTH STREET WEST, RANDOLPH AFB, TX
- Zip Code: 78150
- Country: UNITED STATES
- Zip Code: 78150
- Record
- SN01370697-W 20070815/070813220819 (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 |