The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 3 Sep 2015.
CLIN 0001- 3 EA - Part # 30518 JRE 3G System, Chasis Assembly, Semi-Rugged (Does not include 7U Transit Case, Keyboard, or Display) - JRE Software Version 5.3.14.2
CLIN 0002- 3 EA - Part # 30503 Hard Drive, JRE 3G Server (Extra drive) - JRE Software Version 5.3.14.2
CLIN 0003- 3 EA - Part # 30504 Hard Drive, JRE 3G Client (Extra drive) - JRE Software Version 5.3.14.2
CLIN 0004- 3 EA - Part # 15206-15 JRE Help Desk for year 2015 (24/7 help line support) Period of performance will be date of order through 12 months
Delivery Schedule: Provide Best Delivery
Delivery Location: Nellis AFB, NV, 89191
FOB Point: Destination
The following clauses apply:
FAR 52.212-1 - Instructions to Offerors applies to this acquisition Provision Addenda: All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. Prospective vendors must be registered in the System for Award Management (SAM) database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at http://www.sam.gov to register.
FAR 52.212-2 - Evaluation - Commercial Items: Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price, technical acceptability, and delivery being the considerations. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated.
FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items
The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision.
FAR 52.212-4 - Contract Terms and Conditions--Commercial Items
FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items
_X_ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
_X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
_X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126).
_X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
_X_ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246).
_X_ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
_X_ (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332).
DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions
The following additional provisions or clauses are specific to this particular requirement:
FAR 52.247-34 - FOB Destination
AFFARS 5352.242-9000 - Contractor Access to Air Force Installations
All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to [email protected] no later than 29 September 2015, 1:00 PM PST.