Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2018 FBO #6145
SOLICITATION NOTICE

70 -- Peripherial and Network Equipment - SOO

Notice Date
9/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
AFICA - AFICA- PACAF
 
ZIP Code
00000
 
Solicitation Number
FA521518Q8081
 
Archive Date
10/6/2018
 
Point of Contact
Traudel L Haney, Phone: 8084714321, Eric Christopher Thompson, Phone: 8084714324
 
E-Mail Address
traudel.haney@us.af.mil, eric.thompson.12@us.af.mil
(traudel.haney@us.af.mil, eric.thompson.12@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
ADPE Technical Upgrade SOO Combined Synopsis- Solicitation for Commercial Items (IAW FAR 12.603) 22 August 2018 Contracting Office Address Department of the Air Force, Air Force Installation Contracting Agency, 766 SCONS - Joint Base Pearl Harbor - Hickam (JBPH-H), 90 G Street, JBPH-H, HI 96853-5230, United States Description This is a combined synopsis/ solicitation prepared in accordance with 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 is not to be construed as a commitment by the Government. All information is to be submitted at no cost to the Government. The solicitation will be issued as a Request for Quotation (RFQ) under the solicitation number FA5215-18-Q-8081. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-100 as of 22 Aug 2018, Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) current 20180824 (Effective 24 Aug 2018) and Air Force Acquisition Circular (AFAC) 2018-0525 Effective current thru: 25 May 2018. The applicable NAICS is 334210, Telephone Apparatus Manufacturing ; the size standard is 1,250 Employees. This RFQ contains Sixteen (16) line items on a firm fixed price basis. The line items are as follows: CLIN DESCRIPTION OF SERVICE Quantity Unit Cost Total Cost 0001 KVM Switch KVM Avocent Cybex SC 945D 4 Port Dual Monitor Secure Display Port (vice DVI) Special Asset Tagging; Energy Star Mandate;TEMPEST Program Mandates Or Equivalent; Mandatory Characteristics per end user [TEMPEST Certification Dual Monitor Four Network switches Display port compatible without adapters] 40 $ $ 0002 KVM Cable Liebert keyboard / video / mouse / audio cable - 6 ft Mfg.Part: CBL0108 or Equivalent; Special Asset Tagging; 3.2 Energy Star Mandate. Mandatory Characteristics per end user [Display port dual monitor Comptible with KVM switch above] 164 $ $ 0003 Teleconference Device Teleconference Device CISCO EX-90 (SIPR) Mandatory SIPRNET Approved ; Special Asset Tagging; UCR 2013 Mandate 3.2 Energy Star Mandate; IPV6 or Equivalent. 2 $ $ CLIN DESCRIPTION OF SERVICE Quantity Unit Cost Total Cost 0004 Secure Voice over IP Phone (SVOIP) SVOIP Phone Cisco 7965G Mandatory SIPRNET Approved; Special Asset Tagging; UCR 2013 Mandate 3.2 Energy Star Mandate; IPV6 or Equivalent. 4 $ $ 0005 Paper Shredder DCS 36 / 6 High Security COMBO Paper and Optical Media (CD & DVD) Shredder, for TS Material,Special Asset Tagging; Mandatory Approved to shred TS Material Capable of shredding Compact Discs; and/or or Equivalent. 1 $ $ 0006 HDTV HDTV, Vizio VIZIO D-Series - 50" Class (49.5" viewable) LED TV; Mfg.Part: D50N-E1 | CDW Part: 4 mandatory characteristic Size 50" 1080p (Full HD)1 resolution at a minimum Special Asset Tagging; 3.25 Energy Star Mandate and/or Equivalent. 5 $ $ 0007 HDT Mounting Kit HDT Mounting Kit, Peerless-AV Paramount PA750 - mounting kit Mandatory characteric Compatible with standard HDTV hardware mounts and/or Equivalent. 5 $ $ 0008 Media Converter SC-CAT5 Media Converter LH1706A mandatory characteristic Fiber optic connector LC compatible and/or Equivalent. 68 $ $ 0009 Fiber Isolator RF Cable TV (CATV) Fiber Optic Transmitter/ Receiver Break System For High Security Mandatory characteric Cable TV Approved solution for SCIFs and/or Equivalent. 1 $ $ 0010 Printer Toner Cartridge HP 657X High Yield Black Original LaserJet Toner Cartridge (~28,000 yield) Mfg.Part: CF470X | CDW Part: 4631126) mandatory characteristic does not void OEM Warranty and/or Equivalent. 4 $ $ 0011 Printer Toner Cartridge HP 657X - High Yield - cyan - original - LaserJet - toner cartridge (CF471X Mfg.Part: CF471X | CDW Part: 4631127) mandatory characteristic does not void OEM Warranty and/or Equivalent. 4 $ $ 0012 Printer Toner Cartridge HP 657X - High Yield - yellow - original - LaserJet - toner cartridge (CF47Mfg.Part: CF472X | CDW Part: 4631128) mandatory characteristic does not void OEM Warranty and/or Equivalent. 4 $ $ CLIN DESCRIPTION OF SERVICE Quantity Unit Cost Total Cost 0013 Printer Toner Cartridge HP 657X - High Yield - magenta - original - LaserJet - toner cartridge (CF4 Mfg.Part: CF473X | CDW Part: 4631129) mandatory characteristic does not void OEM Warranty and/or Equivalent. 4 $ $ 0014 Printer Toner Cartridge HP - waste toner collector Mfg.Part: CF473X | CDW Part: 4631129; mandatory characteristic does not void OEM Warranty and/or Equivalent. 2 $ $ 0015 Smart Card Reader SCM SSCR 3310 mandatory characteristic USB compatible approved for use with SIPRNET computers and/or Equivalent. 70 $ $ 0016 Keyboard HP Slim - keyboard and mouse set - without Smart Card Reader US - Smart Buy Mfg.Part: T6T83UT#ABA | CDW Part: 4001866 mandatory characteristic does not have Smart Card Reader (disapproved for use in SCIF) and/or Equivalent. 25 $ $ ADDITIONAL REQUIREMENTS When bidding on this requirement please include the information below and do a price breakdown for the above mentioned CLINs: Cage Code: DUNS No: TIN: Payment Terms: Date offer expires: Acceptance will be performed by the Government. The FOB Point is destination. The FAR provision 52.212-1, Instruction to Offerors-Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 12:00 PM, Hawaii Standard Time (HST), Friday, 21 September 2018. Submission is made via email to the Contracting Specialist, Ms. Traudel L. Haney at 808-471-432 1 traudel.haney@us.af.mil and to the Contracting Officer, Capt. Eric Thompson at eric.thompson.12@us.af.mil. Quotes must reference the solicitation number FA5215-18-8081. (c) System for Award Management (SAM). Offerors must be registered in the SAM database to receive a contract award. If the offeror is not registered in the SAM database, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. In addition 52.212-2 (a), Evaluation - Commercial Items, the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and technical considered. The following factor shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA). All responsible sources may submit a quote, which will be considered by the Government. Award will be made to the offeror whose quote conforms to the solicitation requirements and is able to satisfy the Government's requirements. Offeror must ensure the provision FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (this must be completed on http://orca.bpn.gov ), DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items. All referenced Federal Acquisition Regulation (FAR) clauses and provision in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. Offerors must comply with the FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items and ALT I. The following FAR clauses also apply: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-11 Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction under Any Federal Law 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Offeror representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dev) 52.219-14 Limitations on Subcontracting 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-39 Unenforceability of Unauthorized Obligations 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 F.o.b. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference The following DFARS clauses also apply; 225.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Deviation 2016-O0003) 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation O0003) 252.204-7004 Control of Government Personnel Work Product Alternate A 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line-Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Disclosure of Information on Litigation Support Contractors 252.211-7003 Item Unique Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Request and Receiving Reports 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for Commercial Items The following AFFARS clauses also apply: 5352.201-9101 Ombudsman ALL-WAWF Wide Area Workflow Instructions Points of Contact Address any questions to Ms. Traudel L. Haney at traudel.haney@us.af.mil and to Capt. Eric Thompson at eric.thompson.@us.af.mil by 12:00 PM HST, Friday, 21 September 2018. Wide Area WorkFlow Payment Instructions, fill-ins as follows: (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Inspection & Receiving Report Combo (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. F2CFSQ (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* --------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF --------------------------------------------------------------------------------- Pay Official DoDAAC F87700 Issue By DoDAAC FA5215 Admin DoDAAC FA5215 Inspect By DoDAAC F2CFSQ Ship To Code F2CFSQ Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A --------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Traudel.haney@us.af.mil Eric.Thompson.12@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Traudel.haney@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 252.211-7003 Item Unique Identification and Valuation, fill-ins as follows : (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following: (i) Delivered items for which the Government's unit acquisition cost is $5,000 or more, except for the following line items: Contract Line, Subline, or Exhibit Line Item Number Item Description See Schedule____________________________________ 5352.201-9101 Ombudsman fill-ins as follows: (AFICA/KH (Chief Enlisted Manager) 25 E Street, Suite B-100 JBPH-H, HI 96853-5427 Phone: (808) 449-8569 FAX: (808) 449-8571 10. This RFQ is not an authorization to begin performance, and in no way obligates the Government for any costs incurred by the contractor for this requirement. Prior to commencement of any activities associated with the performance of this effort, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established. The Government reserves the right not to award a task order as a result of this RFQ. Prepared by: Traudel L. Haney, Contract Specialist For : Capt. Eric C. Thompson Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/45c9702262eb755980631b469b0e5ba3)
 
Place of Performance
Address: JBPHH, Georgia, 96853, United States
Zip Code: 96853
 
Record
SN05093579-W 20180920/180918230805-45c9702262eb755980631b469b0e5ba3 (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.