SOLICITATION NOTICE
70 -- VME Powered Enclosures - Product Description
- Notice Date
- 9/9/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- F3QCCM3182A002
- Archive Date
- 10/4/2013
- Point of Contact
- Sharday Leedy, Phone: 4783279889
- E-Mail Address
-
sharday.leedy@robins.af.mil
(sharday.leedy@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Product Description SOLICITATION F3QCCM3182A002 is issued as a request for quotation (RFQ) 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 solicitation is being conducted under Simplified Acquisition Procedures (SAP) as a Request for Quote (RFQ) No. F3QCCM3182A002. This solicitation will be solicited under FAR 6.302-1- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. SMALL BUSINESS SIZE STANDARD (a) NAICS: 334111 (b) No. of Employees: 1000 (c) Dollars: N/A REQUIREMENT: CLIN 0001: RME-7001 Series, Rack Mount, 9U, VME64x, Powered Enclosure; Qty: 4 Each CLIN 0002: Shipping; Qty 4 Each Delivery: 6 weeks after award of contract Price(s) should be FOB Destination (Robins AFB GA 31098). In addition to price and delivery, quote should include your cage code, DUNS number, and taxpayer ID number. Quotations should be emailed to Sharday Leedy (sharday.leedy@robins.af.mil) no later than Thursday, 19 Sep 2013, 4:00 pm EST. Manufacturer: Dawn VME, Cage Code: 45620 Justification for Sole Source Only: In order to complete the RERP modification to the $26M C-5M Systems Integration Lab (SIL) multiple VME powered enclosures, or VME chassis, which provide 21 slots with the latest VME64x features, are required. Usage of a large 21-slot chassis eliminates the need for two separate smaller chassis. This not only reduces cost and required space, but also allows for future card expansion that is guaranteed to occur once other C-5 modifications are incorporated into the SIL. This chassis also provides rear transition slots, which allow for quick and reliable wiring to the field. The 800W power supply for the chassis provides enough power to support the specialized and custom cards that will be used. Any supply less powerful has the risk of not supporting a full chassis. This chassis also includes a system health monitor that displays temperature, fan speed, and current draw. Knowing and monitoring this data will be crucial in preventing chassis failures. Market research was performed, and the chassis from Dawn VME is the only product that has the needed features and meets all the above requirements. In addition, this VME chassis is already being utilized in the C-5 SIL. Using the same chassis for the RERP modification to the SIL will allow for a standard hardware configuration, which will eliminate the cost and schedule impacts of having to develop separate sets of hardware documentation and stock separate spare chassis. The following clauses are applicable to subject solicitation (current through 2005-67 dated 22 Jul 2013 and DFARS Change Notice 20130808): FAR 52.204-7 Central Contractor Registration FAR 52.212-1 Instructions to Offerors --Commercial Items FAR 52.212-2 Evaluation--Commercial Items (Jan 1999) The evaluation factors shall be price and price related factors FAR 52.212-3 Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving FAR 52.225-1 Buy American Act--Supplies FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.247-34 FOB Destination FAR 52.252-2 Clauses Incorporated by Reference: fill-in: www.farsite.hill.af.mil FAR 52.252-6 Authorized Deviations in Clauses: 1st fill-in: DFARS; 2nd fill-in: Chapter 2 DFARS 252.204-7004 Alt Central Contractor Registration DFARS 252.211-7003 Item Identification and Valuation DFARS 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests (WAWF is the method used by DoD for processing invoices/receiving reports.) IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.bpn.gov. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Jan 2013) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). _X_ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCCM3182A002/listing.html)
- Place of Performance
- Address: 578 SMXS, Robins AFB, Georgia, 31098, United States
- Zip Code: 31098
- Zip Code: 31098
- Record
- SN03180093-W 20130911/130909235458-731cb4c6dbe0c3ccec5738510f776782 (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 |