Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2011 FBO #3352
SOLICITATION NOTICE

J -- Joint Range Extension- Subscription 24/7 Help Desk; Technical Support

Notice Date
1/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T0CY0340A01
 
Archive Date
2/15/2011
 
Point of Contact
Donna McDonald, Phone: 8508820284
 
E-Mail Address
Donna.McDonald@eglin.af.mil
(Donna.McDonald@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The AAC/PKOBB, Eglin AFB, Florida, intends to solicit and award a firm fixed price contract for the purchase of TECHNICAL SUPPORT JOINT RANGE EXTENSION (JRE) SYSTEMS, SUBSCRIPTION. Anticipated award date is 31 January 2011. This requirement is for: CLIN 0001 BASE YEAR: FOUR (4) EACH SUBSCRIPTION, JOINT RANGE EXTENSION (JRE) HELP DESK, 24/7 HELP LINE TECHNICAL SUPPORT, SERIAL NUMBERS: 733, 754, 13017, 13018. PERIOD OF PERFORMANCE FOR THE BASE YEAR WILL BE FROM 1 FEBRUARY 2011 TO 31 JANUARY 2012; CLIN 1001 OPTION YEAR 1: FOUR (4) EACH SUBSCRIPTION, JOINT RANGE EXTENSION (JRE) HELP DESK, 24/7 HELP LINE TECHNICAL SUPPORT, SERIAL NUMBERS: 733, 754, 13017, AND 13018. PERIOD OF PERFORMANCE FOR OPTION YEAR ONE (1) WILL BE FROM 1 FEBRUARY 2012 TO 31 JANUARY 2013; CLIN 2001 OPTION YEAR 2: FOUR (4) EACH SUBSCRIPTION, JOINT RANGE EXTENSION (JRE) HELP DESK, 24/7 HELP LINE TECHNICAL SUPPORT, SERIAL NUMBERS: 733, 754, 13017, AND 13018. PERIOD OF PERFORMANCE FOR OPTION YEAR TWO (2) WILL BE FROM 1 FEBRUARY 2013 TO 31 JANUARY 2014; CLIN 3001 OPTION YEAR 3: FOUR (4) EACH SUBSCRIPTION, JOINT RANGE EXTENSION (JRE) HELP DESK, 24/7 HELP LINE TECHNICAL SUPPORT, SERIAL NUMBERS: 733, 754, 13017, AND 13018. PERIOD OF PERFORMANCE FOR OPTION YEAR THREE (3) WILL BE FROM 1 FEBRUARY 2014 TO 31 JANUARY 2015; CLIN 4001 OPTION YEAR 4: FOUR (4) EACH SUBSCRIPTION, JOINT RANGE EXTENSION (JRE) HELP DESK, 24/7 HELP LINE TECHNICAL SUPPORT, SERIAL NUMBERS: 733, 754, 13017, AND 13018. PERIOD OF PERFORMANCE FOR OPTION YEAR FOUR (4) WILL BE FROM 1 FEBRUARY 2015 TO 31 JANUARY 2016; This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The announcement number is F1T0CY0340A001. The North American Industry Classification System (NAICS) code for this acquisition is 541512 with a size standard of $25 Million. Please identify your business size in your response based upon this standard. Award will be made on the lowest price technically acceptable. This requirement is subject to AVAILABILITY OF FUNDS; IAW FAR CLAUSE 52.232-18. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-49 effective 24 January 2011. The following clauses are incorporated by reference: FAR 52.212-1, Instructions to Offers-Commercial Items and any addenda to the provisions; (JAN 2008) FAR 52.212-2, Evaluation- Commercial Items; (JAN 1999) Technical capability is more important than price. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; (JULY 2009) (Offerors must submit a complete copy with their offers. FAR 52.212-4, Contract Terms and Conditions - Commercial Items; (MARCH 2009) FAR 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders - Commercial Items; (JUNE 2009), incorporating the following: • 52.219-8, Utilization of 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; • 52.222-26, Equal Opportunity; • 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans; • 52.222-36, Affirmative Action for Workers With Disabilities; • 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act; • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-18, Availability of Funds (APR 1984); • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • 52.247-34, FOB Destination (NOV 1991) FAR 52.233-2, Service of Protest; (SEPT 2006) FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; (OCT 1995) FAR 52.223-11, Ozone-Depleting Substances; (MAR 2001) FAR 52.252-2 Clauses Incorporated by Reference; (FEB 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be assesses electronically at this address: http://farsite.hill.af.mil. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Applicable to Defense Acquisitions of Commercial Items; (JAN 2009) DFARS 252.225-7001, Buy American Act and Balance of Payment Program; (JAN 2009) DFARS 252.232-7003, Electronic Submission of Payment Report; (MARCH 2008) DFARS 252.247-7023, Transportation of supplies by Sea, with Alt III; (MAY 2002) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; (APRIL 2003) DFARS 252.247-7023, Transportation of Supplies by Sea; (MAY 2002) This item is to be delivered to 46 TW LMCA MHU Bldg 33, Eglin AFB., Florida 32542 FOB Destination. Vendors must be registered in Central Contractor Registration (www.ccr.gov ) before award can be made. Interested parties may identify their interest and capability to respond to the requirement. The government will consider all responses received within 5 days of publication. All responses must be received no later than 10:00 A.M., Central Time on 31 January 2011. The quote is at the discretion of the offeror. All questions and/or quote packages shall be submitted electronically to Donna McDonald, e-mail at donna.mcdonald@eglin.af.mil or Sarilynn Thomas, Contracting Officer, email at sarilynn.thomas@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T0CY0340A01/listing.html)
 
Record
SN02367037-W 20110128/110126234134-9c731bc2ddb2fa60356040cb85a34680 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.