MODIFICATION
J -- Juniper Intrusion Detection Device Maintenance - Item Listing Revision 1
- Notice Date
- 1/3/2011
- Notice Type
- Modification/Amendment
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight, 700 Suffolk Street, STE 1200, Peterson AFB, Colorado, 80914-1200
- ZIP Code
- 80914-1200
- Solicitation Number
- FA2517-11-T-6013
- Archive Date
- 1/20/2011
- Point of Contact
- Benny Terry, Phone: 719-556-9381
- E-Mail Address
-
benny.terry@peterson.af.mil
(benny.terry@peterson.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Item Listing with corrected period of performance of 1 February 2011 to 31 January 2012 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, 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, FA2517-11-T-6013, is being issued as a Request for Quotation (RFQ). (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-46. (iv) This procurement is procured as brand name, other than full and open competition. The NAICS code is 811212, Computer and Office Machine Repair and Maintenance, and the size standard is $25.0M. A single award will be made as a result of evaluation of quotes. (v) This requirement is for Maintenance Renewal of Juniper Intrusion Detection Hardware Devices (IDS). Required renewal is for a 12 month period from 1 February 2011 to 31 January 2012. (vi) The maintenance agreements on the attached list are being procured as Brand Name only. The Brand Name Justification letter is attached. (vii) The required place of performance is Peterson AFB, CO. (viii) The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008). All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government is not providing contract financing for this requirement. (ix) FAR 52.212-2, Evaluation-Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a), award will be based on low price meeting technical specifications. To be considered technially acceptable, the quote must offer part numbers that match the manufacturer's part numbers referenced in this solicitation. (x) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Oct 2010), is applicable to this acquisition. All vendors shall 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 (June 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 (Deviation) (Oct 2010) applies to this acquisition. (xiii) The Government will not be providing contract financing arrangements for this solicitation. The following FAR Clauses are applicable to this solicitation: 1. FAR 52.204-7, Central Contractor Registration (Apr 2008) 2. FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards (Jul 2010) 3. FAR 52.222-3, Convict Labor (June 2003) 4. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) 5. FAR 52.222-21, Prohibition of Segregated Facility (Feb 1999) 6. FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) 7. FAR 52.222-25, Affirmative Action Compliance Reports (Apr 1984) 8. FAR 52.222-26, Equal Opportunity (Mar 2007) 9. FAR 52.222-36, Affirmative Action for Workers With Disabilities (Oct 2010) 10. FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) 11. FAR 52.222-99, Notification of Employee Rights Under the National Labor Relations Act (DEVIATION 2010-O0013)(Jun 2010) 12. FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 13. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003) 14. FAR 52.233-1, Disputes (July 2002) 15. FAR 52.233-3, Protest After Award (Aug 1996) 16. FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 17. FAR 52.252-2, Clauses Incorporated by Reference (http://farsite.hill.af.mil) (Feb 1998) 18. FAR 52.252-6, Authorized Deviations in Clauses (Defense Federal Acquisition Regulation Supplement)(Chapter 2)(Apr 1984) The following DFARS clauses apply 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, Required Central Contractor Registration (Sep 2007) 3. DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (Jun 2005) 4. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders DEVIATION (Dec 2010) 5. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 6. DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002). The following AFFARS clause applies to this solicitation: AFFARS 5352.201-9101 Ombudsman as prescribed 5301.9103, (Apr 2010) - contact: HQ AFSPC/A7K, 150 Vandenberg St., Suite 1105, Peterson AFB, CO 80914-4350. (719)-554-5250, Fax (719)-554-5299, email a7K.wf@afspc.af.mil. (xiv) The Defense Priorities and Allocations System does not apply to this solicitation. (xv) Quote Submission: Quote shall include price information, DUNS, Cage Code, tax ID, and terms and conditions. Questions regarding this solicitation shall be submitted in writing no later than 4:00 pm MST on Tuesday, 20 December 2010. Responses to this solicitation must be submitted no later than 4:00 PM, Mountain Standard Time on 5 January 2011. (xvi) POC is Benny T. Terry, 719-556-9381 for information regarding this solicitation. Submit your quotes to Mr. Terry at benny.terry@peterson.af.mil. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2010-12-28 16:56:30">Dec 28, 2010 4:56 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2011-01-03 11:56:35">Jan 03, 2011 11:56 am Track Changes The purpose of this amendment is change the requested period of performance FROM 10 February 2011 - 09 February 2012 TO 1 February 2011 - 31 January 2012. The period of performance has been changed in the description and a new item listing with the correct period of performance is attached. The response date/time is unchanged and quotes are due on Wednesday, 5 January 2011 at 4:00 p.m. MST. If you have previously submitted a quote with the correct period of performance beginning 1 Feb 11, you do not need to resubmit.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb984/FA2517-11-T-6013/listing.html)
- Place of Performance
- Address: Peterson AFB, Colorado, United States
- Record
- SN02353239-W 20110105/110103234015-db3d74cf1bb6e7daff79eb9307491e28 (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 |