Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2012 FBO #3862
SOLICITATION NOTICE

D -- Commvault Mainenance Renewal - Itemized Listing - 252.209-7999 - Brand Name Letter - DD 254

Notice Date
6/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-12-T-6048
 
Archive Date
7/6/2012
 
Point of Contact
Mario A. Rodriguez, Phone: 7195566127
 
E-Mail Address
mario.rodriguez.13@us.af.mil
(mario.rodriguez.13@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DD 254 Brand Name Justification Letter FAR 252.209-7999 Item Listing (i) 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation, FA2517-12-T-6048, is being issued as a Request for Quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. (iv) The NAICS code for this requirement is 511210, Software Publishers, and the size standard is $25M. A single award will be made to the lowest priced, technically acceptable offer. Offerors will be evaluated in accordance with FAR 52.212-2 Evaluation. (v) The commercial item listing is attached. The items required are being procured as CommVault Brand Name. The brand name letter is attached. As part of your quote, you are required to include the format from the itemized listing to include the item, CommCell ID and total amount information or your quote will be considered nonresponsive. The period of performance is 12 months from contract award. The attached DD 254, Contract Security Classification Specification, applies to this requirement. (vi) Quote submission: Item identification to include manufacturer part number, pricing information, DUNS, Cage Code, tax ID, terms and conditions. (vii) The commercial items being requested shall be priced as FOB destination to Peterson AFB, CO. Delivery terms are 30 days. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008) applies to this acquisition. All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The government will not provide contract financing for this acquisition. Provide unit prices in the quote by filling out the attached itemized listing. State in the quote that the period of performance will be 12 months after contract award date. (ix) The provision at FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) applies to this acquisition. 1) Evaluation will be based on lowest price technically acceptable. 2) To be considered technically acceptable, the quote must match the four (4) CommCell ID's for each line item identified in the attached itemized listing. 3) The period of performance of 12 months will begin upon contract award date. (x) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Nov 2011) is applicable to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov) at the time of quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition. (xii) The clause at FAR 52.212-5 (Dev) (Aug 2011), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. (xiii) The following additional FAR clauses apply to this acquisition: FAR 52.204-2, Security Requirements (August 1996) FAR 52.204-7, Central Contractor Registration (Apr 2008) FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) FAR 52.222-21, Prohibition of Segregated Facility (Feb 1999) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25, Affirmative Action Compliance (Apr 1984) FAR 52.222-26, Equal Opportunity (Mar 2007) FAR 52.222-36, Affirmative Action for Workers With Disabilities (Oct 2010) FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003) FAR 52.233-1, Disputes (July 2002) FAR 52.233-3, Protest after Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) (http://farsite.hill.af.mil) FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984) (Defense Federal Acquisition Regulation Supplement, Chapter 2) (xiv) The following DFAR clauses apply to this acquisition: DFAR 252.203-7000 - Requirement Relating to Compensation of Former DOD Officials (Sep 2011) DFAR 252.204-7000, Disclosure of Information (December 1991) DFAR 252.204-7004, Alternate A - Central Contractor Registration (Sep 2007) DFAR 252.204-7005, Oral Attestation of Security Responsibilities (November 2001) DFAR 252.212-7000, Offeror Representations and Certifications-Commercial items (Jun 2005) DFAR 252.212-7001 (Dev) - Contract Terms and Conditions Required to Implement Statues or Executive Orders (Dec 2011) DFAR 252.225-7012 - Preference for Certain Domestic Commodities (June 2010) DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) (xv) The following AFFAR clause applies to this acquisition: AFFARS clause 5352.201-9101 Ombudsman (Apr 2010) (A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, 719-554-5299, a7k.wf@us.af.mil) AFFARS clause 5352.204-9000, Notification of Government Security Activity and Visitor Group Security Agreements (March 2012) (xvi) The Defense Priorities and Allocation Systems (DPAS) does not apply to this request for quote. (xvii) Any questions regarding this RFQ shall be emailed to Mario Rodriguez, SrA at mario.rodriguez.13@us.af.mil. or Addie Alexander at addie.alexander@us.af.mil. Quotes shall be received by 21 June 2012, 5:00 p.m. MST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-12-T-6048/listing.html)
 
Place of Performance
Address: Peterson AFB, United States
 
Record
SN02779277-W 20120621/120619234818-354e49e062182646a1443dd3c9441d72 (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.