SOLICITATION NOTICE
D -- PBX Maintenance Services
- Notice Date
- 2/8/2007
- Notice Type
- Solicitation Notice
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- USPFO for Vermont, Camp Johnson, Building 3, Colchester, VT 05446-3004
- ZIP Code
- 05446-3004
- Solicitation Number
- W912LN07T0005
- Response Due
- 2/16/2007
- Archive Date
- 4/17/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis / solicitation for commercial items provided in accordance with the format in Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propos als are being requested and a written solicitation will not be issued. Solicitation W912LN-07-T-0005 is issued as a Request for Quote (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-13. This procurement is a total Small Business Set-Aside. The NAICS code and small business size standard for this procurement are 811213 and $6.5 million respectively. The quoter must state in their quotation their size for this procurement. USPFO VT-PFO-PC, 789 Vermont Natio nal Guard Road, Colchester, VT 05446 has a Firm Fixed Price requirement for: Avaya authorized PBX Maintenance Services for the following equipment and locations: Avaya S8700 High Reliability w/3 SCC1 Gateways (G3 Version 12), 800 Ports, Camp Johnson, Colc hester, VT; Avaya S8500 w/2 G650, (G3 Version 13), 400 Ports, Ethan Allen Firing Range, Jericho, VT; Avaya Definity S8400 w/2 G650 (G3 Version 13), 275 Ports, Kneeland Flight Facility, South Burlington, VT; Avaya S8500 w/2 CMC1 (G3 Version 13), 200 Ports, RRTC, Northfield, VT; Avaya Intuity Audix, 16 Ports, Camp Johnson Colchester, VT; and Avaya Intuity Audix, 8 Ports, Ethan Allen Firing Range, Jericho, VT. A full copy of the RFQ can be downloaded from the Army Single Face to Industry website at https://ac quisition.army.mil/asfi/attachment_view.cfm?psolicitationnbr=W912LN07T0005 or by contacting bernhardt.smyle@vt.ngb.army.mil (802-338-3189) or Timothy.Gariboldi@us.army.mil (802-338-3185). Contractor shall provide all materials, labor, and transportation ne cessary to deliver the above mentioned services. It is the Governments intent to award a contract that includes a base year and up to four (4) option years. The following clauses and provisions can be viewed through Internet access at the AF FAR site, ht tp://farsite.hill.af.mil. The following FAR provisions and clauses apply to this acquisition: 52-212-1, Instructions to Offers-Commercial. Offers must include with their offer a completed copy of provisions at FAR 52-212-3, Offeror Representation and Cer tifications-Commercial Items. FAR 52-212-4, Contract Terms and Conditions-Commercial Items (Dec 01); FAR 52-212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items (Dec 01); 52.217-3, Evaluation Exclusive o f Options (Apr 84); 52.217-9, Option to Extend the Term of the Contract (Mar 00); 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52-222-36, Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer; 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration; 52.232-36, Payment by Third Party; DFARS 252-212-7001, Contract Terms and Conditio ns Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alt A; 252.225-7001 Buy American Act and Balance of Payment Program; 252.247- 7023 Alt III Transportation of Supplies by Sea. Offers must be sent in writing/FAX (802-338-3184) to the Contracting Officer above not later than 12:00 PM on 16 February 2007. Award will be made on or about 26 February 2007. Effective 1 Jun 98, contra ctors must be registered in the Central Contractor Registration (CCR) prior to receiving and contract award. You can register in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. The government will award a contract resulting from this solicitation to a responsible quoter whose quote conforms to this solicitation and is considered most advantageous to the Government. Technical acce ptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Governments requirement. If any of the items being quoted are under GSA schedule, provide the sched ule number and ordering information. All responsible sources may submit an offer, which will be considered if it is received in a timely manner.
- Place of Performance
- Address: USPFO for Vermont Camp Johnson, Building 3, Colchester VT
- Zip Code: 05446-3099
- Country: US
- Zip Code: 05446-3099
- Record
- SN01228634-W 20070210/070208223230 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |