Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2011 FBO #3472
SOLICITATION NOTICE

D -- Citrix XenApp Platinum Edition Renewals (or equal), 2375 ea

Notice Date
5/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen Street, Shaw AFB, South Carolina, 29152, United States
 
ZIP Code
29152
 
Solicitation Number
FA4803-11-Q-A114
 
Archive Date
6/25/2011
 
Point of Contact
Scott A. Gaston, Phone: 8038955108, Brian D Hendrix, Phone: 803-895-9445
 
E-Mail Address
scott.gaston@shaw.af.mil, brian.hendrix@shaw.af.mil
(scott.gaston@shaw.af.mil, brian.hendrix@shaw.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation for RFQ FA4803-11-Q-A114, Xen App Software Platinum Edition License renewals (Posted on FedBizOpps on 26 May 2011). (i) This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with the additional information included in this notice. This announcement consitutes the only solicitation; Quotes are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) FA4803-11-Q-A114 ia a combined synopsis/solicitation for commercial items. This combined synopsis.solicitation is issued as a RFQ. Submit written offers only, oral offers offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This solicitation will be evaluated and awarded per the prescribed procedures of FAR Part 13.106, Simplified Acquisition Procedures. (iv) This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-51, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20110419 and Air Force Acquisition Circular (AFAC) 2011-0421. It is the Contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (v) The North American Industry Classification System code for this acquisition is 541511, with a size standard of $25 million. This is an unrestricted, Firm Fixed price acquisition which will be procured using commercial item procedures and award will be based on price and delivery date. The contractor shall furnish the following name brand or equal at Shaw AFB, SC: Line Item 0001-P/N SUBCPSPLPCSAR-GS-35F-0511T-LIC: Citrix XenApp Platinum Edition License Renewal or equal: 2375 each (POP 30 Jun 2011- 29 Jun 2012). (vi) FOB-Destination for delivery to: USAFCENT/A60 (Attn. Ms. Kellie Crigger), 846 Dryden Way, Bldg 1917, Shaw AFB, SC 29152. Delivery not later than 29 Jun 2011. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). a) Per FAR 52.211-9 the Government desires delivery to be made according to the following schedule: DESIRED DELIVERY SCHEDULE ITEM NO. QUANTITY WITHIN DAYS AFTER DATE OF CONTRACT 0001 (all 2375 items) Complete purchase 30 Days b) Offers that propose delivery of a quantity under such terms or conditions that delivery will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. If the offeror proposes no other delivery schedule, the desired delivery schedule above will apply. OFFEROR'S PROPOSED DELIVERY SCHEDULE ITEM NO. QUANTITY WITHIN DAYS AFTER DATE OF CONTRACT (vii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible Offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date. (viii) The RFQ's submitted shall contain the following information: RFQ number, time specified for receipt of offers, name, address, telephone number of offeror, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Quote shall also contain all other documentation specified herein. Include shipping charges if applicable. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. This is a BRAND NAME OR EQUAL acquisition. For those offerors of an EQUAL product, include in your offer descriptive literature such as illustrations, drawings, specifications or a clear reference of information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. All interested and qualified small business sources are encouraged to submit a quotation, which shall be considered by the agency. Period of Acceptance for Offerors: The offeror agrees to hold its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. (ix) The following FAR clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008). Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be handled in accordance withFAR 52-212-1(f). Evaluation/Award: The Government will award a single contract resulting from this solicitation to the responsive responsible offeror whose quote conforms to the solicitation and will be most advantageous to the Government. (x) 52.212-2, Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Price 2. Delivery Date (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (xi) Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. The following provisions and clauses are hereby incorporated by reference: 52.211-9 -- Desired and Required Time of Delivery., FAR 52.212-3, Offeror Representations and Certifications -Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-4 addendum is also included. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items paragraphs 5(a) (1)(2)(3), 5(b) (1) (4) (5) (6) (12) (14) (15) (16) (17) (18) (19) (20) (21) (22) (23) (24) (25) (26) (27) (30) (36) (48); FAR 52.211-6 Brand Name or Equal (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;(2) Clearly identify the item by-(i) Brand name, if any; and(ii) Make or model number;(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and(4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program (JUN 2005) (Alternate I) (JAN 2005) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). 5352.201-9101 Ombudsman - ACC Ombudsman follows: Mr. Eric Thaxton, 129 Andrews Street, Langley AFB VA 23665-2769, Phone: (757) 764-5371 FAX: (757) 764-4400, Email: eric.thaxton@langley.af.mil. FAR52.219-28 - Post-Award Small Business Program Representation, The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract number ______________. (xii) All quotes shall be marked with the Request for Quotation Number, Date and Time. Only Facsimile and electronic mail quotes will be accepted. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offerors shall include completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. (xiii) Date/time of receipt of quotations is 10 June 2011, 2:30 (EST) Quotes may be submitted via email to scott.gaston@shaw.af.mil, or faxed to (803)895-5339 or mailed to attention of Scott A. Gaston at 20 CONS/LGCAA, 321 Cullen Street, Shaw AFB, SC 29152.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/20CONS/FA4803-11-Q-A114/listing.html)
 
Place of Performance
Address: FOB-Destination for delivery to: USAFCENT/A60 (Attn. Ms. Kellie Crigger), 846 Dryden Way, Bldg 1917, Shaw AFB, SC 29152. Delivery not later than 29 Jun 2011., Shaw AFB, South Carolina, 29152, United States
Zip Code: 29152
 
Record
SN02458542-W 20110528/110526235329-63cff37b0ecfef42ced48330154f78f1 (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.