The Defense Information Technology Contracting Organization (DITCO), Contracting Division, Hardware Section (DITCO/PL8322), 2300 East Drive, Scott AFB, IL 62225-5406, intends to issue a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested based on this announcement. A separate written solicitation will not be issued. The request for quote (RFQ) document and incorporated provisions and clauses are those in effect through FAC 2005-76.
This is solicitation is for full and open competition. The NAICS code is 334118. Offerors must submit a completed copy of the provisions at 52.212-3, Offeror Representations and Certification - Commercial Items, with its offer, unless the vendor has registered and completed the provisions on SAM. Contract award cannot be made to any contractor not enrolled in the System for Award Management (SAM) program. The SAM website is https://www.sam.gov//.
This solicitation is for procurement of NEC Corporation and AMX products as identified on the attached equipment list spreadsheet. Interested contractors are asked to submit pricing for the requirement on the attached spreadsheet as well as their own firm quote format. Contractors shall provide pricing for each item. The hardware must be BRAND NEW products from the Original Equipment Manufacturer (OEM), and all quotes must be from contractors who are NEC Corporation and AMX authorized resellers. Refurbished or used equipment will not be accepted. The payment method is through Wide Area Work Flow. The expected delivery is within 30 days after receipt of order. This solicitation requires offers on all or none of the items. Partial quotes will not be accepted.
A Section 508 exception applies to this acquisition.
The items procured through this contract will be utilized to process classified information.
The agency intends to award a firm-fixed price order/contract using the lowest price technically acceptable methodology. The quotes must represent the best value from selection of the technically acceptable quote in accordance with the stated requirements and delivery, with lowest evaluated price. Only the lowest price quote will be sent for technical acceptance, and if accepted, no further technical review will be required. If not accepted, the next lowest quote will be sent forward.
Delivery Address:
42 CS Warehouse
45 North Wolfe Avenue
Edwards, CA 93524
Please provide your DUNS Number, taxpayer identification (TIN), CAGE code, Contractor Point of Contact, Phone Number, E-mail Address, Fax Number, Payment Term (net 30) or Discount, Business Size (i.e., small, women-owned, etc.), warranty period, and estimated delivery date with your quote.
The due date for all quotes is 4:00 PM (CT), Friday, 3 Apr 2015. All quotes shall be e-mailed to the attention of Gerald Thomas, DISA/DITCO/PL8322, phone number (618) 229-9732, at e-mail address at [email protected].
The following provisions and clauses apply to this requirement:
FAR
52.204-7, Central Contractor Registration
52.204-13, System for Award Management Maintenance
52.212-1, Instructions to Offerors-Commercial
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 (Deviation)
52.219-1 Alt I, Small Business Program Representations (May 2004) Alternate I
52.219-28, Post Award Small Business Program Representation
52.222-3, Convict Labor
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52-225-18, Place of Manufacture
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
52.232-33, Payment by Electronic Funds Transfer--System for Award Management
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.233-1, Disputes
52.233-3, Protest After Award
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
52.252-5, Authorized Deviations in Provisions
52.252-6, Authorized Deviations in Clauses
52.253-1, Computer Generated Forms
DFARS
252.203-7000, 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
252.204-7003, Control of Government Personnel Work Product
252.204-7004, Alternate A, System for Award Management
252.204-7006, Billing Instructions
252.204-7011, Alternative Line Item Structure
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.209-7002, Disclosure of Ownership or Control by a Foreign Government
252.209-7992, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law-Fiscal Year 2015 Appropriations (Deviation 2015-000005)
252.211-7003, Item Identification and Valuation
252.211-7008, Use of Government-Assigned Serial Numbers
252.225-7048, Export-Controlled Items
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7006, Wide Area WorkFlow Payment Instructions
252.232-7010, Levies on Contract Payments
252.243-7001, Pricing of Contract Modifications
252.247-7023, Transportation of Supplies by Sea
DARS
52.204-9000, Points of Contact
52.204-9001, Contract/Order Closeout-Fixed-Price, Time and Materials, or Labor-Hours
52.209-9000, Organizational and Consultant Conflicts of Interest
(Access to clauses can be made via http://FARSITE.HILL.AF.MIL)