SOLICITATION NOTICE
74 -- 48th Com Equipment - Specifications
- Notice Date
- 8/19/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
- ZIP Code
- 09461-0270
- Solicitation Number
- F2P3C11222AC01
- Archive Date
- 9/17/2011
- Point of Contact
- Shannon Brown, Phone: 441638522085, Christopher Rene Davalos, Phone: 01638 52 2252
- E-Mail Address
-
shannon.brown@lakenheath.af.mil, christopher.davalos@lakenheath.af.mil
(shannon.brown@lakenheath.af.mil, christopher.davalos@lakenheath.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Specifications Combined Synopsis/Solicitation RFQ - 48th CS Equipment - Reference (F2P3C11222AC01) Requesting Agency: 48th Communication Squadron - 48th CS RAF Lakenheath, Brandon, Suffolk, United Kingdom Purchasing Agency: 48th Contracting Squadron - 48 CONS/LGCB RAF Lakenheath, Brandon, Suffolk, United Kingdom IP27 9PN This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR 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. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number F2P3C11222AC01. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 334111, Computers manufacturing. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52 effective 31 May 2011 and Defense Federal Acquisition Regulation DPN 20110608 effective 8 June 2011. Potential bidders are to provide a quote for the items are outlined in the Specifications, which is included as an attachment to this solicitation. The following clauses and provisions apply to this solicitation and are included by reference: Federal Acquisition Regulation (FAR) Clauses: 52-204-7 Central Contractor Registration 52.212-1 Instructions to Offerors - Commercial Items (see addendum below) 52-212-3 Offeror Representations and Certifications - Commercial Items, Alt 1 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 52.222-50 Combating Trafficking in Persons 52.223-10 Waste Reduction Program 52.232-33 Payment by Electronic Funds Transfer (EFT) - CCR 52.245-1 Alt I Government Property 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-5 Authorized Deviations in Provisions Department of Defense Federal Acquisition Regulations (DFAR): 252.204-7004 Alternate A (Required Central Contractor Registration) 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 252.222-7002 Compliance with Local Labor Laws (Overseas) 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.229-7007 Verification of United States Receipt of Goods 252.229-7008 Relief of Import Duty (United Kingdom) 252.232-7003 Electronic Submission of Payment Requests 252.233-7001 Choice of Law (Overseas) Air Force Federal Acquisition Regulations (AFFAR): 5352.201-9101 Ombudsmen 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations 5352.242-9001 Common Access Cards (CACs) for Contractor Personnel The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items As prescribed in FAR 12.302(d) the following addendum is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: Quotation Preparation Instructions: A. To be considered for award, note that you or your company must be CCR registered and subsequently enrolled in WAWF for purpose of invoice/payment if awarded the contract. B. To assure the timely and equitable evaluation of quotations, vendors must follow the instructions contained herein. Vendors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors and if applicable, sub-factors. Quotations submitted in response to this Combined Synopsis/Solicitation must address the following evaluation factors which include a price quote and technical qualifications as follows and defined in paragraph C - Quote Specifics. C. Quote Specifics: All quotes must include the following information: 1. Company's or individual's complete mailing and remittance address. 2. Discount for prompt payment - if any 3. Central Contractor Registration (CCR) CAGE Code, Dunn & Bradstreet number (DUNS), and Taxpayer ID number (visit http://www.ccr.gov) 4. Quotes shall be quoted US Dollars ($) and must be valid for a period of no less than 30 days. 5. Prices shall be all inclusive (i.e., all materials, transportation, labor, etc.). 6. Quote shall be provided in US Dollars ($)AND include a unit price and total price for the all items on the spreadsheet. CLIN 0001 - Wyse 909531-04L Thin Client or Equal: DTS - 1x Sempron 1.5 GHz - Ram 512 MB - no HDD - Gigabit Ethernet - Wyse Thin OS. Quantity: 85 ea Unit Price: tiny_mce_marker____________ Total Price: tiny_mce_marker____________ 7. Copy of Offeror Representations and Certifications; please see FAR 52.212-3 ALT I, for additional direction. 8. All payments made under this contract will be made in US Dollars ($). 9. Please include delivery in the unit pricing to: 48 CS/SCOSA Attn: Kyle Beshears Bldg. 1043 RAF Lakenheath Brandon, Suffolk IP27 9PN United Kingdom D. Quotes are due to this office no later than 3:00p.m. Greenwich Mean Time, 2 September 2011. Quotes may be faxed to 01638-52-2189 or if dialing from outside United Kingdom 011-44-1638-52-2189, or sent via e-mail to Shannon Brown, shannon.brown@lakenheath.af.mil; or the Christopher Davalos, christopher.davalos@lakenheath.af.mil. E. Vendors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. (End Addendum) Evaluation of Quotes: In accordance with FAR 12.602(a) and FAR 13.106-2, the following is provided: (a) The Government intends to award a purchase order resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation and is considered most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1. Technical capability and/or qualification(s) in meeting the Government's requirement. (Pictures and specifications of "OR EQUAL" items must be submitted for each item if quoting on items other than brand name 2. Price (b) Basis of Award: This is a competitive solicitation for quotations utilizing Best Value procedures in accordance with FAR Parts 12 and 13. The Government will award a contract to the responsible vendor whose quotation (conforming to the solicitation) will be most advantageous (e.g. Best Value) to the Government. Therefore, quotations should contain the vendor's best terms from a price and technical qualification standpoint. The Government reserves the right to conduct trade-offs between technical capability and price to determine the quotation that represents overall best value, and is most advantageous to the Government. This best value approach may allow contract award to a higher priced vendor, if a higher level of technical capability is determined to merit additional price. (End Provision) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. If you have any questions or concerns, please contact one of the following: Primary point of contact: Contract Specialist: Shannon Brown TEL: 01638-52-2085 or EM: shannon.brown@lakenheath.af.mil Secondary Point of contact: Contract Specialist: SSgt Christopher Davalos TEL: 01638-52-2252or EM: christopher.davalos@lakenheath.af.mil Technical Specifications F2P3C11222AC01 Characteristics Minimum Specifications "Or EQUAL" Model Specifications Processor 1.5 GHz, AMD, Sempron RAM 512MB OS Provided Wyse Thin OS Storage Hard Drive None Service 3 Years, Limited Warranty Audio Input None Audio Output Integrated Sound Card Bay Provided None Cabinet Chassis built-in Speaker Dimensions & Weight Depth: 8.9in Height: 2.1in Width: 9.8in Environmental Parameter -Humidity range operating 20-80% -Max Operating Temperature 104 degrees F -Min Operating Temperature 50 degrees F Input Device Keyboard, Mouse Interface Provided -Connector Type 29 pin combined DVI -Interface DVI-Analog/Digital -Qty 1 -Type Display/Video Connector Type 9 pin D-Sub (DB-9) -Interface RS-232 -Qty 2 -Type Serial Connector Type 24 pin digital DVI -Interface DVI-Digital Connector Type 4 pin USB Type A -Location (AA) 2 in front -Qty 6 -Type Hi-Speed USB Connector Type RJ-45 -Interface Ethernet 10Base-T/100Base-TX/1000Base-T -Type Network Connector Type Mini-phone 3.5mm -Interface Input -Type Microphone Connector Type Mini-phone 3.5mm -Interface Line-out -Type Audio Connector Type 6 pin mini-DIN (PS/2 style) -Interface Generic -Type Mouse Type Keyboard Miscellaneous -Features Security lock slot (cable lock sold separately) -Flat Panel Mount Interface Yes -Included Accessories (AA) Vertical Stand -TAA Compliant Yes Modem None Networking -Data Link Protocol Ethernet, Fast Ethernet, Gigabit Ethernet -Form Factor Integrated -Type Network adapter Optical Storage None Optical Storage (2nd) None Power Device -Frequency Required 50/60Hz -Nominal Voltage AC 120/230V -Power Provided 65 Watt -Type Power adapter Printer None Storage Controller None Storage Controller (2nd) None Storage Floppy Drive None Storage Hard Drive (2nd) None Storage Removable None System -Hard Drive(s) Total Capacity 0GB -Type Network Computer Video Output -Digital Video Standard Digital Visual Interface (DVI) -Form Factor Integrated -Max Monitors Supported 2 Service & Support 3 years warranty Cabinet (Chassis) -Form Factor Desktop Slimline -Manufacturer Form Factor Desktop Slimline Display (Projector) None Flash Memory 128 MB Mouse Optical Storage Hard Drive (3rd) None
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F2P3C11222AC01/listing.html)
- Record
- SN02542849-W 20110821/110820000358-f0c4f6f9336ade59282b74fd75a43a9e (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 |