This is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in the Federal Acquisition Regulation (FAR), Subpart
12.6, as supplemented with additional information included in this notice.
This
announcement constitutes the only solicitation; quotations are being requested
and a written solicitation will not be issued. Solicitation number N65236-09-R-
0140 is issued as a request for proposal. The incorporated document,
provisions, and clauses are those in effect through Federal Acquisition
Circular
05-29 and DFARS Change Notice 20090115. This procurement will be awarded
through a competitive process.
THIS NOTICE is to advise industry that as the result of a marketsurvey
conducted on 30 JUN 2009, Space and Naval Warfare Systems CenterAtlantic
(SPAWARSYSCEN LANT) is setting aside for Small Business Administration Hub
Zone (SBA Hub Zone) businesses a Firm Fixed Price (FFP) Commercial type
contract to provide the following:
18-T20Z108B-32GA2G, T2000 Sun Microsystems Servers.
X311L, Power Cord.
18-X3000A, XVR-300 2D Graphics Accelerator.
18-SG-XPCIE2SCSIU320Z, RoHS6-Compliant SUN StorageTek PC1 Express.
36-ALW-15-D-X-2XGB-S, XRA-SS2CD-146G10K 10K RPM 2.5" SAS Disk Drive.
36-XRA-SS2CD-146G10K, 146GB 10K RPM 2.5 SAS Disk Drive.
36-UG-RMA, Upgrade Documentation & Return Kit.
This combined synopsis/solicitation is for a competitive requirement set aside
for Small Business Administration (SBA) Hub Zone businesses only. To be
eligible for an award, an offeror must provide quotes for the above mentioned
equipment only.
The government anticipates the award of a Firm Fixed Price Commercial type
contract in accordance with FAR Part 13.5. This procurement will be issued as a
competitive requirement. The North American Industry Classification System
(NAICS) code for this action is 334111 with a size standard of 1,000
employees.
The following provisions and clauses apply to this acquisition:
- 52.203-3, Gratuities
- 52.203-6, Restriction on Subcontractor Sales to the Government
- 52.212-1, Instructions to Offerors
- 52.212-2, Evaluation Commercial Items (criteria will be technically
acceptable and lowest price)
- 52.212-3, Offeror Representation and Certifications-Commercial Items
(Offers must include a complete copy (attached) with offer or certify that this
information is in ORCA)
- 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:
-52.222-3, Convict Labor (June 2003)(E.O. 11755)
-52.222-19, Child LaborCooperation with Authorities and Remedies (June
2004) (E.O. 13126).
-52.222-21, Prohibition of Segregated Facilities (Feb 1999).
-52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246).
-52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the
Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212).
-52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29
U.S.C. 793).
-52.225-13, Restrictions on Certain Foreign Purchases (Jan 2004)
-52.232-33, Payment by Electronic Funds TransferCentral Contractor
Registration (Oct. 2003) (31 U.S.C. 3332)
-52.247-30, FOB Origin
-252.204-7004, Required Central Contractor Registration (NOV 2001)
-252.209-7001, Disclosure of ownership or control by the government of a
terrorist country
-252.212-7000, Offeror Representations and Certifications-Commercial Items
(Offers must include a complete copy (attached) with offer or certify that this
information is in ORCA)
-252.212-7001, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial
Items (May 2002):
-252.225-7001 Buy American Act and Balance of Payments Program
-252.225-7012, Preference for certain domestic commodities
-252.232-7003 Electronic Submission of Payment Requests
-252.247-7023 Transportation of Supplies by Sea (Alt. III)
-252.247-7024 Notification of transportation of supplies by sea
- Local Clause included: G-317 WAWF Invoicing Instructions (Fixed Price
Contracts) (VAR 2)
Reference clauses may be accessed electronically at:
http://farsite.hill.af.mil,
www.arnet.gov.mil
Offerors' proposals should include their company's point of contact information
to include name, e-mail address and telephone number.
Questions or comments may be directed to Timothy Wiand: e-mail,
[email protected]; telephone, 843-218-5167; fax, 843-218-5963.
Bid Protests Not Available