Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2012 FBO #3953
SOLICITATION NOTICE

70 -- Small Form Factor PC or Equal - Package #1

Notice Date
9/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802nd Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
cc09182012
 
Archive Date
10/6/2012
 
Point of Contact
Timothy J. Hull, Phone: 2106712853
 
E-Mail Address
timothy.hull.3@us.af.mil
(timothy.hull.3@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote Combined Synopsis/Solicitation for Small Form Factor computers or equal This is a combined synopsis and 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; proposals are being requested and a written solicitation will not be issued. This solicitation number cc09182012, is being issued as a Request for Quotation (RFQ). The contractor shall provide all materials, labor, equipment, tools and supervision necessary to conduct services listed below. The following line items will be included in this request, please provide the unit price and total price for the line items when submitting the quote: LINE ITEM 0001 - 40 Ea, Dell Optiplex 990 Small Form Factor, (225-0461) Core i5-2500, 3.3 GHz or equal Line Item 0002- 40 Ea, Dell Data Protection Access, Optiplex(421-5078) or equal. These requirements shall meet compatibility/interoperability requirements and have the following capabilities: 1.) Optiplex 990 Small Form Factor Core i5-2500, 3.3 GHz, 6 M, VT-x, 95W, Optiplex 990, Dell Smart card keyboard with detachable palmrest, Optiplex, Dell P Series widescreen, 24 in viewable image size, HAS, Integrated Video, HD Graphics 2000, 250 GB SATA 6.0 Gb/s and 8 MB Data Burst Cache, or equal is acceptable. 2.) Dell Data Protection Access, Optiplex, Enable Low Power Mode for EUP Compliance, Regulatory label, Mexico, for Optiplex 990 Small Form Factor, Documentation, English and French, Power Cord, 125V, 2M, C13, No Productivity Software, Precision and Latitude No RAID, Energy Star 5.0 Category C, EPEAT Gold, Dell ESMART Settings, Optiplex 990 No Resource DVD for Dell Optiplex, Dell Limited Hardware Warranty Plus Services Extended Years, Dell Limited Hardware Warranty Plus Service Initial year, ProSupport: Next Business Day Limited Onsite Service after Remote Diagnosis 3 year extended, or equal is acceptable. 3.) Size: Depth must be less than or equal to 13.25 inches. RFQ is attached. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-44. This procurement is being issued as 100% Small Business Set-Aside. The associated North American Industry Classification System (NAICS) for this procurement is 334111 and the Standard Size is 1,000 EMP. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. Please include Cage Code, DUNS number, and Federal Tax Identification Number with this quote. The provisions at FAR 52.212-2, Evaluation-Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforms to the solicitation, and provides the best value to the Government. The evaluation process will be based on technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description. The award will be based on the aggregate total.. The clause at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must have completed their registration of their Representations and Certifications online and must be registered at https://Sam.gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEV), applies to this solicitation. The following clauses also apply to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.233-3, Protest After Award, FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.252-6, authorized Deviations in clauses, FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, FAR 52.228-5, Insurance-Work on a government installation, FAR 52.204-7, Central Contractor Registration, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.219-14 Limitations on Subcontracting, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other eligible veterans, 52.222-50, Combating Trafficking in Persons, FAR 52.223-5 Pollution Prevention and Right-to-Know Information, FAR 52.223-18, Contractor Policy to Band Text Messaging While Driving, FAR 52.232-33, Payment of Electronic Funds Transfer-Central Contractor Registration, FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, FAR 52.247-34, F.O.B. Destination, DFARS 252.204-7004 Alternate A, Central Contractor Registration (52.204-7) Alternate A, DFARS 252.212-7001 Contract Terms and Conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items (Deviation), DFARS 252.232-7003, Electronic Submission of Payment Requests, 252.212-7001, Contract terms and conditions required to implement statutes or Executive orders applicable to Defense acquisitions of commercial items. 5352.201-9101, Ombudsman, The Lackland AFB clauses: DFARS 252.232-7006, POC and Payment Information, Lackland 0007, ADDENDUM to 52.212-4, Lackland 0009, Cell Phone Usage, Lackland 0010,Security Requirements, Lackland 0013 Contractor Personnel Conduct, Lackland 0014, Contract Work, applies to this solicitation. Quotes are due no later than 10:00 AM CST, 20 Sep 12, and should reference the solicitation number cc09182012 listed above. Quotes must be good for at least 30 days. Please email quotes to: ATTN: A1C, Timothy J. Hull, e-mail: timothy.hull.3@us.af.mil. Please submit any questions in writing to A1C Timothy Hull via e-mail, you may also address any concerns to (210) 671-2853.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/cc09182012/listing.html)
 
Place of Performance
Address: Lackland AFB, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02888066-W 20120920/120919002007-c6ecf4383722fceb8254d7f38c6837f2 (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.