SOLICITATION NOTICE
70 -- Firewall Appliance Maintenance - FA8751-12-Q-SDWR
- Notice Date
- 6/2/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-12-Q-SDWR
- Archive Date
- 6/23/2012
- Point of Contact
- Tiffany Slopka, Phone: 315-330-4394
- E-Mail Address
-
Tiffany.Slopka@rl.af.mil
(Tiffany.Slopka@rl.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- FA8751-12-Q-SDWR Representations & Certifications Addendum This is a combined synopsis/solicitation for commercial items 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-12-Q-SDWR is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20120522. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside under NAICS code 423430 and small business size standard of 500 employees. The small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. The contractor shall provide the following items on a firm fixed price (FFP) basis, including the cost of shipping FOB Destination: ITEM 01: Appliance Support Qty: 02 Description: P/N NYV2150AAMG Multi-Firewall Edition (or equal) for 2150F appliance covering the period 05 Aug 2012 - 04 Aug 2013, Gold Level, Next Business Day support. Includes access to software upgrades and daily updates which end user can download, distribute, and install; journals and blogs on the latest threats and trends; alerting and remediation notifications to latest threats; malware alerts and remediation analysis; malware analysis service; malware trend podcasts and blogs; chat, web, and phone support; video and virtual environments for testing products upgrades and deployments; support account managers; phone access any time; average less than 5 minutes to reach an expert; unlimited support contacts; access to technicians with comprehensive product training and industry certifications; automated issue remediation tool accessible to end users. ITEM 02: Appliance Support Qty: 01 Description: P/N NYV1100STMG Multi-Firewall Edition (or equal) for 1100F appliance, covering the period 29 Sep 2012 - 28 Sep 2013, Gold Level, Next Business Day support. Includes access to software upgrades and daily updates which end user can download, distribute, and install; journals and blogs on the latest threats and trends; alerting and remediation notifications to latest threats; malware alerts and remediation analysis; malware analysis service; malware trend podcasts and blogs; chat, web, and phone support; video and virtual environments for testing products upgrades and deployments; support account managers; phone access any time; average less than 5 minutes to reach an expert; unlimited support contacts; access to technicians with comprehensive product training and industry certifications; automated issue remediation tool accessible to end users. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The estimated delivery date is indicated in the item descriptions above. The place of delivery, acceptance and FOB destination point is Maxwell AFB Gunter Annex AL. The final delivery address will be provided to the contract awardee. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET) FRI 08 JUN 2012. Submit to: AFRL/RIKO, Attn: Tiffany Slopka, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-4434 or by email to tiffany.slopka@rl.af.mil. Offerors are encouraged to submit their quotes using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the specifications identified above. This may include product literature or other documentation as necessary. (b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at FAR 52.212-2, Evaluation - Commercial Items applies. In addition to the information within paragraph (a), the following factors shall be used to evaluate offers: (i) Price and (ii) Technical Capability. Both factors are of equal importance. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website via https://www.acquisition.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their quote. In addition, offerors shall complete and submit paragraph (k) of this provision as well as the representations and certifications at DFARS 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation) and DFARS 252.209-7998 Representation Regarding Conviction Of A Felony Criminal Violation Under Any Federal Or State Law (Deviation). For your convenience, paragraphs (b) and (k) of 52.212-3, 252.209-7999 and 252.209-7998 are attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-27, Notice of Service Disabled Veteran Owned Small Business Set Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.247-7023, Transportation of Supplies by Sea Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR and FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. All responsible sources may submit a quote, which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-12-Q-SDWR/listing.html)
- Record
- SN02764708-W 20120604/120602233354-fdac7554453607b957b390e942b6ebe9 (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 |