MODIFICATION
70 -- DODIIS VOIP EQUIPMENT
- Notice Date
- 2/4/2005
- Notice Type
- Modification
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- Other Defense Agencies, Defense Intelligence Agency, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard Post Office Box 46563, Washington, DC, 20035-6563
- ZIP Code
- 20035-6563
- Solicitation Number
- HHM402-05-R-0007
- Response Due
- 2/28/2005
- Point of Contact
- Lynda Cave, Contract Specialist, Phone 202-231-8464, Fax 202-231-2831,
- E-Mail Address
-
brunilda.cave@dia.mil
- Description
- Potential offerors are responsible for acknowledging all amendments to this combined synopsis/solicitation. The purpose of this amendment is to incorporate addendum to FAR Provision 52.212-1, INSTRUCTION TO OFFERORS – COMMERCIAL ITEMS (JAN 2005) as follows: ADDENDUM TO 52.212-1, INSTRUCTION TO OFFERORS – COMMERCIAL ITEMS (JAN 2005) Add paragraph (k), Preparation of Proposal. 1. This section specifies the format that offerors shall use in this Request for Proposal (RFP). The intent is not to restrict the offerors in the manner in which they will perform their work, but rather to ensure a certain degree of uniformity in the format of the response for evaluation purposes. 2. The offerors’s proposal, as a minimum, shall consist of, technical proposal, past performance information, price proposal, and a signed SF 1449. The offeror shall acknowledge all amendments and complete the necessary fill-ins and certifications in provisions 52.212-3 and return in their entirety with proposals. The Government contemplates incorporating the price proposal and technical proposal into any resulting contract. The Government, at its discretion, may incorporate all or portions of an offeror’s proposal at contract award. 3. The offeror’s proposal shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their experience and will base its evaluation on the information presented in the offeror’s proposal. The offeror is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion. 4. The proposal must include all data and information requested by the Instructions To Offerors (ITO) and must be submitted in accordance with these instructions. The offer shall be compliant with the requirements as stated in Statement of Objectives (SOO). Non-conformance with the instructions provided in this section may result in offeror’s proposal being determined unacceptable. 5. The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal shall not simply rephrase or restate the Government’s requirements, but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. 6. Proposal Format and Content. i. Paper, Page Size and Format. Page size shall be 8.5 x 11 inches. Pages shall be single-spaced. Use at least 1 inch margins on the top, bottom and side margins. ii. Text Spacing and Type. Except for the reproduced sections of the solicitation document, the text size shall be no less than 12 point. Pages shall be numbered sequentially by section. iii. Illustrations and Tables. Tables, charts, graphs, diagrams and figures shall be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, etc. These displays shall be uncomplicated, legible and shall not exceed 8.5 x 11 inches. Foldout pages shall not be used. For tables, charts, graphs and figures, the text shall be no smaller than 16 pitch. Elaborate formats, bindings or color presentations are not required. Elaborate brochures or documentation, binding, detailed artwork, or other embellishments are not required and neither are they desired. iv. Number of Copies/Page Limits. The offeror shall prepare the proposal in three parts as follows: (1) Technical Capability shall be no more than 25 pages; (2) Relevant Past Performance shall be no more than 3 pages; (3) Cost/Price shall not have a maximum page limit. The “original” proposal shall be clearly marked. The titles and contents of the sections shall be as defined in the table, all of which shall be within the required page limits and with the number of copies specified. When both sides of a sheet display printed material, it s NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (04-FEB-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 16-MAR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/DIA/ZD50/HHM402-05-R-0007/listing.html)
- Place of Performance
- Address: Bolling Air Force Base, Washington DC
- Zip Code: 20340
- Country: USA
- Zip Code: 20340
- Record
- SN00770451-F 20050318/050316214729 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |