The items being procured are:
CLIN 0001: 2.26 GHz Xeon X7550 130W CPU/24MB cache/DDR3 1333MHz
QTY:8/EA
Note: This requirement is being solicited as a brand name or equal. Items being submitted as "or equal" must have specs sent in with offer.
Note: The Contracting Officer reserves the right to award to other than the low bidder based on the following items in the respective order: technical acceptability; price.
The offer submittal shall list the item by part number, number of items being offered, the product description as listed above, and list the manufacturer. The offer shall list unit prices, total for each part number, and an overall totaled price. Delivery requirements: FOB Destination quotations are the only quotes that will be accepted. FOB origin offers will not be considered. Delivery date of 30 days after receipt of award shall be acceptable.
Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause or be registered within Online Representations and Certifications (ORCA) found at this website: https://orca.bpn.gov/. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on price and technical acceptability. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers may include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer.
Additionally the following clauses and provisions apply to this acquisition:
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance
52.211-6 Brand Name or Equal
52.212-1 Instructions to Offerors - Commercial Items
52.212-2 Evaluation - Commercial Items
52.212-3 Offeror Representations and Certification - 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
52.219-1Alt 1, Small Business Program Representations
52.219-6 Notice of Total Small Business Set-Aside
52.222-3 Convict Labor
52.222-19 Child Labor-Cooperation with Authorities and Remedies
52.222-20 Contracts for Materials, Supplies, Articles and Equipment Exceeding $15,000
52.222-21 Prohibition of Segregated Facilities
52.222-22 Previous Contracts and Compliance Reports
52.222-25 Affirmative Action Compliance
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.222-50 Combating Trafficking Persons
52.223-6 Drug Free Workplace
52.223-18 Contractor Policy to Ban Text Messaging While Driving
52.225-1 Buy American Act--Supplies
52.225-2 Buy American Act Certificate
52.225-13 Restrictions on Certain Foreign Purchases
52.225-18 Place of Manufacture
52.232-1 Payments
52.232-8 Discounts for Prompt Payment
52.232-11 Extras
52.232-23 Assignment of Claims
52.232-33 Payment by Electronic Funds Transfer--System for Award Management
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payment to Small Business Subcontractors
52.233-1 Disputes
52.233-3 Protest after Award
52.233-4 Applicable Law of Breach of Contract Claim
52.243-1 Changes - Fixed Price
52.246-2 Inspection of Supplies -- Fixed-Price
52.246-16 Responsibility for Supplies
52.247-34 FOB Destination
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
52.252-3 Alterations in Solicitation
52.252-4 Alterations in Contract
52.252-5 Authorized Deviations in Provisions
52.252-6 Authorized Deviations in Clauses
Applicable DFARS clauses included:
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
252.204-7004 Alt A, System for Award Management
252.204-7011 Alternative Line Item Structure
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
252.244-7000 Subcontracts for Commercial Items
252.246-7000 Material Inspection and Receiving Report
Applicable AFFARS clauses included:
5352.201-9101 Ombudsman
5352.223-9001 Health and Safety on Government Installations
The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 04:00 PM (EST), 12 September 2014, 2 CONS/LGCC, 41 Vandenberg Ave, Barksdale AFB, LA 71110. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of Amanda Barnes at (318) 456-3294. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to A1C Amanda Barnes, Contracting Specialist, at (318) 456-6889, [email protected] or TSgt Steven Huffines, Contracting Officer, at (318) 456-6887, [email protected].