SOLICITATION NOTICE
70 -- NIPR/SIPR Blade Refresh - Itemized Listing - Justification and Approval for Other than Full and Open Competition
- Notice Date
- 7/9/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
- ZIP Code
- 80914-1385
- Solicitation Number
- FA2517-10-T-6054
- Archive Date
- 7/31/2010
- Point of Contact
- Ashley Taylor, Phone: 7195564886, Benny T. Terry, Phone: 7195569381
- E-Mail Address
-
Ashley.Taylor.2@peterson.af.mil, benny.terry@peterson.af.mil
(Ashley.Taylor.2@peterson.af.mil, benny.terry@peterson.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Justification and Approval for Other than Full and Open Competition Itemized Listing of required equipment (i) 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation, FA2517-10-T-6054, is being issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43. (iv) This acquisition is procured as a total small business set-aside. The NAICS code for this requirement is 423430, Computer and Computer Peripheral Equipment and Software Merchant Wholesalers. The size standard is 100 employees and a single award will be made as a result of evaluation of quotes. (v-vi) The items outlined in the attached commercial itemized listing is being procured as Brand Name only. The brand name letter is attached. 0001 - (131 ea) ClearCube G0900080 R3080 Base Blade 0002 - (131 ea) ClearCube G0800075 NVIDIA Quadro4 PCIe Card 0003 - (131 ea) ClearCube G932308-333 3.33GHz Dual core i5-660 0004 - (131 ea) ClearCube G913080-320 320GB SATA HDD 0005 - (262 ea) ClearCube G923080-2000 2GB Non-ECC DDR3-1333 0006 - (131 ea) ClearCube G081092 44-Pin Chassis Interposer 0007 - (131 ea) ClearCube G091167 30-Pin Interposer Kit (R1300/R2200) 0008 - (131 ea) ClearCube G0980161 R3080 Single CPU Blade, 3-Yr M&S Warranty 0009 - (131 ea) ClearCube G090113 Sentral, 3-Yr M&S Warranty 0010 - (131 ea) ClearCube G090115 Dynamic Alloc Mod, 3-Yr M&S Warranty See Attachment 1: Itemized Listing - NIPR-SIPR Blade Refresh See Attachment 2: J&A Brand Name - NIPR-SIPR Blade Refresh (vii) Commercial items shall be priced as FOB Destination to Peterson AFB, CO. Reference ITR: 13957 on all shipping labels and documents. Please call (719) 637-2989 to schedule delivery to 1902 Aerotech Drive, STE 150/160, Colorado Springs, CO 80916. Truck must have Tommy Lift Gate; there is no dock at site. (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. (JUN 2008), applies to this acquisition. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. (ix) The provision at FAR 52.212-2 Evaluation--Commercial Items (JAN 1999), applies to this acquisition. Paragraph (a), evaluation will be based on LPTA, lowest price meeting technical acceptance of the brand name requirements. To be considered technically acceptable, the quote must match the manufacturer's part numbers found for each of the ten line items outlined in the attached Itemized Listing; be brand new with full manufacturer's warranty; and contain the appropriate quantities for each line item. (x) The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (AUG 2009), applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov/) at the time of quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010), applies to the acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (JUL 2010) (DEVIATION) (xiii) The following additional FAR clauses apply to this acquisition: 1. FAR 52.203-3, Gratuities (APR 1984) 2. FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales by the Government (OCT 1995) 3. FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007) 4. FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (SEP 2007) 5. FAR 52.204-7, Central Contractor Registration (APR 2008) 6. FAR 52.209-5, Certification Regarding Responsibility Matters (APR 2010) 7. FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006) 8. FAR 52.222-3, Convict Labor (JUN 2003) 9. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUL 2010) 10. FAR 52.222-21, Prohibition of Segregated Facility (FEB 1999) 11. FAR 52.222-22, Previous Contracts and Compliance Reports (FEB 1999) 12. FAR 52.222-25, Affirmative Action Compliance (APR 1984) 13. FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) 14. FAR 52.222-99 Notification of Employee Rights under the National Labor Relations Act (DEVIATION 2010-O0013) 15. FAR 52.225-13, Restriction on Certain Foreign Purchases (JUN 2008) 16. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (OCT 2003) 17. FAR 52.233-1, Disputes (JUL 2002) 18. FAR 52.233-2, Service of Protest (SEP 2006) 19. FAR 52.233-3, Protest After Award (AUG 1996) 20. FAR 52.233-4, Applicable Law For Breach Of Contract Claim (OCT 2004) The following DFARS Clauses are applicable to this solicitation: 1. DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (JAN 2009) 2. DFARS 252.204-7004, Alternate A, Central Contractor Registration (SEP 2007) 3. DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) 4. DFARS 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) 5. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items (JUN 2005) 6. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEV) (jun 2010) 7. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) The following AFFARS clause is applicable to this solicitation: 1. AFFARS 5352.201-9101 Ombudsman (APR 2010) (A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, 719-554-5299, a7k.wf@afspc.af.mil) (xiv) The Defense Priorities and Allocation Systems (DPAS) does not apply to this request for quote. (xv) Quote submission: Quotes shall include all information found on the Itemized Listing - Blade Refersh Excel spreadsheet attachment to verify proposal on exact items on this requirement, price information, quote expiration date, DUNS, Cage Code, tax ID and terms and conditions. Responses to this solicitation must be submitted no later than 4:00 PM MST, on 16 July 2010. (xvi) All questions regarding this solicitation must be submitted by 4:00 PM MST, 13 July 2010. Submit questions and quotes via e-mail to: Ms. Ashley Taylor at ashley.taylor.2@peterson.af.mil and Mr. Benny T. Terry at benny.terry@peterson.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-10-T-6054/listing.html)
- Place of Performance
- Address: Peterson AFB, Peterson AFB, Colorado, 80914, United States
- Zip Code: 80914
- Zip Code: 80914
- Record
- SN02200604-W 20100711/100709234733-9d69454f6254477b397b9540c45c5b7f (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 |