SOLICITATION NOTICE
70 -- Logicube CellDek Software Update Service - Justification & Approval
- Notice Date
- 9/15/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
- ZIP Code
- 20373
- Solicitation Number
- F1DT880308A002
- Archive Date
- 10/7/2011
- Point of Contact
- Alisa K. Davis, Phone: 3019812361, Patricia V Thomas, Phone: 301-981-3137
- E-Mail Address
-
alisa.davis@afncr.af.mil, patricia.thomas.7@us.af.mil
(alisa.davis@afncr.af.mil, patricia.thomas.7@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name Justification and Approval The Air Force District of Washington Contracting Directorate, 1535 Command Dr, D-304, Andrews AFB, MD 20762, intends to procure a Logicube CellDek Software Update Service. 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; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. F1DT880308A002. The solicitation document; incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. The North American Industry Classification System code is 334119 with a business size standard of 1000 employees. The proposed contract is a 100 percent set-aside for small business. The U.S. Air Force intends to issue a purchase order for: LINE ITEM 0001: Logicube CellDek Software Update Service; Serial No: 20741-20756 (PoP 29 Sep 2011 through 28 Sep 2012) Include one (1) year service agreement to include quarterly software updated and all new adapters produced within the first year-renewable annually. Part No. LC700-SVC; Manufacturer: Logicube QUANTITY: 16 each, UNIT PRICE ______________; EXTENDED PRICE ______________; DELIVERY TIME: ________________. LINE ITEM 1001: 1 Year Option (PoP 29 Sep 2012 through 28 Sep 2013) (One (1) year service agreement to include quarterly software updated and all new adapters produced within the first year-renewable annually. ) Part No. LC700-SVC; Manufacturer: Logicube QUANTITY: 1 each, UNIT PRICE ______________; EXTENDED PRICE ______________; DELIVERY TIME: ________________. INSPECTION CONDITIONS AND TERMS : NEW EQUIPMENT ONLY. No remanufactured products and no gray market. Products shall be priced and delivered ready-to-use meeting all REQUIRED CHARACTERISTICS mentioned above. All items shall be priced FOB Destination in Quantico, VA. FAR PROVISIONS: FAR 52.212-1, Instructions to Offerors-Commercial Items and the applicable Addendum to FAR 52.212-1 applies to this acquisition are as follows: 52.203-11, 52.209-7, 52.219-1 ALT I, 52.219-22, 52.233-2: 1535 Command Dr, Ste D-304, Andrews AFB, MD 20762, 52.252-1: http://farsite.hill.af.mil//, 52.252-5: DFARS (Chapter 2), 252.209-7001, and 252.212-7000. Evaluation Procedures, The Government will issue a purchase order to the offeror with the quote deemed lowest price technically acceptable in accordance with the required characteristic(s) of each line item in this solicitation. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for issuance of a purchase order. Non-conformance with this requirement will result in an offeror's quote being determined unacceptable. FAR 52.212-3, Offeror Representatives and Certifications-Commercial Items, ALT I applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in Online Representation and Certifications Application (ORCA). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov (ORCA). If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. FAR CLAUSES: FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and the applicable Addendum to FAR Clause 52.212-4 are as follow: 52.203-3, 52.204-7, 52.209-9, 52.227-1, 52.227-2, 52.242-13, 52.247-34, 52.252-2: http://farsite.hill.af.mil//, 52.252-6: DFARS (Chapter 2), 52.253-1, 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7006, 252.204-7008, 252.209-7004, 252.212-7001, 252.225-7001, 252.225-7002, 252.225-7012, 252.226-7001, 252.232-7003, 252.232-7010, 252.239-7001, 252.243-7001, 252.243-7002, 252.247-7023, 252.247-7024, and 5352.201-9101: (c) Col Timothy Applegate, AFDW/PK, 20 MacDill Blvd., Bldg P20, Suite 400, Joint Base Anacostia Bolling 20032, telephone # (202-767-8046). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.203-6 ALT I, 52.204-4, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.222-54, 52.223-18, 52.225-13, 52.232-33, 52.233-3, and 52.233-4 apply to this acquisition. To be eligible for an award, all contractors must be registered and active in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-866-606-8220 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A Dun and Bradstreet (DUNS) number is required in order to register. The FAR clause web site is http://farsite.hill.af.mil. All written quotes must be received by 2:00 PM, Eastern Standard Time (EST) on 22 September 2011 via e-mail to alisa.davis@afncr.af.mil. An official authorized to bind your company shall sign and date the quote. Please include your CAGE code and DUNS number. Questions concerning this RFQ should be addressed to SSgt Alisa K Davis, Contract Specialist, at alisa.davis@afncr.af.mil or 202-812-92242 or Capt Brussell Bungay, Contracting Officer, at brussell.bungay@afncr.af.mil or 240-857-4729. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.eb.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F1DT880308A002/listing.html)
- Place of Performance
- Address: 27130 Telegraph Rd, Quantico, Virginia, 22134, United States
- Zip Code: 22134
- Zip Code: 22134
- Record
- SN02577659-W 20110917/110915235141-beeda8c931c32eb51bf979b11e982fc7 (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 |