MODIFICATION
70 -- Apple iPad2 16GB wifi with extended service plan. Brand Name or Equal
- Notice Date
- 9/24/2012
- Notice Type
- Modification/Amendment
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
- ZIP Code
- 93437-5212
- Solicitation Number
- F4D3B32256A901
- Archive Date
- 10/10/2012
- Point of Contact
- Horacio Fernandez, Phone: (805) 606-3983, Jeffrey E Powell, Phone: (805) 606-6966
- E-Mail Address
-
horacio.fernandez@us.af.mil, jeffrey.powell@vandenberg.af.mil
(horacio.fernandez@us.af.mil, jeffrey.powell@vandenberg.af.mil)
- Small Business Set-Aside
- N/A
- Description
- For acquisitions being considered for any small business set-aside program, include the following: "This proposed contract is being considered as a set-aside under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 334111. The size standard for NAICS 334111 is 1,000 Employees. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses, or, if applicable based on NAICS code, Women Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, Women Owned Small Business or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." 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 will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) # F4D3B32256A901. This proposed contract is being considered Submit written offers - quote template provided upon request. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management SAM) (https:www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60 Correction and DFARS Change Notice 20100724. This procurement is being issued as full and open competition under North American Industrial Classification Standard (NAICS) 334111 and Size Standard 1,000. Project Number: F4D3B32256A901 Project Title: iPad 2 Brand Name or Equal 1. Quote shall conform to the CLIN structure as established in this synopsis/solicitation. A quote template is available upon request. 2. Quotes shall be valid until 30 days after submittal of quote. 3. Please see attached Statement of Requirements for detailed description. 4. All questions or comments must be provided to the Contract Specialist in writing; telephone and other means of oral communication will not be permitted. The Contract Specialist is Horacio Fernandez, Horacio.Fernandez@us.af.mil The contract will be Firm Fixed Price with the following structure: Include a complete breakdown of all costs: CLIN 0001 iPad 2 QTY 110 EACH CLIN 0002 3 year Extended Service QTY 110 EACH The following Provisions and Clauses apply to this award: FAR 52.204-99(DEV): SAM (System for Award Management) Registration FAR 52.204-9: Personal Identity Verification of Contractor Personnel FAR 52.211-6: Brand Name or Equal FAR 52.242-15 Stop-Work Order FAR 52.222-3: Convict Labor FAR 52.222-21: Prohibition of Segregated Facility FAR 52.222-22: Previous Contracts and Compliance Reports FAR 52.222-25: Affirmative Action Compliance FAR 52.222-26: Equal Opportunity FAR 52.222-36: Affirmative Action for Workers with Disabilities FAR 52.222-50: Combating Trafficking in Persons FAR 52.223-5: Pollution Prevention and Right-to-Know Information FAR 52.232-18: Availability of Funds FAR 52.232-33: Payment by Electronic Funds-Central Contractor Registration FAR 52.233-1: Disputes FAR 52.233-3: Protest After Award FAR 52.237-2: Protection of Government Buildings, Equipment, and Vegetation FAR 52.242-15: Stop-Work Order FAR 52.252-2: Clauses Incorporated by Reference (view clauses at): http://farsite.hill.af.mil DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003: Control of Government Personnel Work Product DFARS 252.204-7004 Alt A: Central Contractor Registration DFARS 252.204-7006: Billing Instructions DFARS 252.212-7001 Dev.: Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.223-7006: Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.232-7003: Electronic Submission of Payment Requests AFFARS 5352.201-9101: Ombudsman Contact: AFSPC/A7KO, 719-554-5250, afspc.a7k@peterson.af.mil AFFARS 5352.223-9001: Health and Safety on Government Installations AFFARS 5352.242-9000: Contractor Access to Air Force Installations CONS G-800: Memorandum for Vandenberg AFB Contractors All potential offerors are reminded that compliance with Federal Acquisition Regulations (FARs) 52.204-99(DEV), Required System for Award Management (SAM), is mandatory. Lack of registration in the SAM will make an offeror ineligible for contract award. All quotes should be good till 30 Sep 2012 and must be sent to Horacio Fernandez at horacio.fernandez@us.af.mil no later than 4:15 PM PST on 25 September 2012. Statement of Requirements (Noncomplex) 1.0 SUMMARY OF REQUIREMENT. The four Airman Leadership Schools (ALS) in AFSPC have a requirement to deliver on-line course curriculum to a diverse student body. Because each ALS belongs to the MAJCOM and not the Barnes Center, AFSPC has decided to maintain uniformity in regards to delivery and platform of the curriculum. In order to support the Air Force's vision in cost savings, AFSPC ALS has decided to go to a paperless environment, which in turn will save the government in annual printing costs. Because of the fast pace and extensive reading of the course, a device is needed that is user friendly and capable of storing multiple documents. 2.0 DESCRIPTION OF ITEMS. The following items are required for performance under this contract 2.1 Apple Part# MC769LL/A iPad 2 (Brand Name or Equal) - The portable platform must be "Apple iPad 2 brand name" or "equal". If "or equal" portable platform must meet the following essential physical characteristics physical, functional or performance characteristics to be acceptable : 2.1.1 Quantity: One hundred ten (110) each 2.1.2 16 Gb with Wi-Fi capability 2.1.3 High resolution back-lit color screen with a minimum 9 inch viewing area 2.1.4 Video and audio playback capability in MP3 and MP4 formats 2.1.5 Available software to open PDF,.azw (Kindle),.ePub, jpeg,.ppt,.pptx, tiff,.doc,.docx, HTML,.rtf, and txt formats 2.1.6 Available productivity software for monitoring other devices, note taking and highlighting 2.1.7 Ability to view/operate on-line document course files 2.1.8 Ability to connect to a standard computer through a USB connection 2.1.9 Access and ability to download from a comprehensive application library that includes Kindle app, Nook app, Good Reader (or equivalent), slide reader/presenter, spreadsheet, word processing, PDF reader that allows highlighting and annotation 2.1.10 Ability to read documents and engage in online research simultaneously 2.1.11 Ability to sync/share/charge multiple devices at once 2.1.12 Include power adapter/charger 2.1.13 Shipping/Handling must be inclusive 2.1.14 Ability to provide a 3 year extended service warranty 3.0 GENERAL INFORMATION: 3.1 Items must be new and unopened in original packaging. Refurbished items are not authorized. 3.2 Items may be any available color as long as all devices are the same color.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D3B32256A901/listing.html)
- Place of Performance
- Address: 30CPTS/FMFL Vandenberg AFB, Vandenberg AFB, California, 93437-5212, United States
- Zip Code: 93437-5212
- Zip Code: 93437-5212
- Record
- SN02896500-W 20120926/120925003412-8ef334e87eeaf1d33fb9e7d28e784ae7 (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 |