Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2007 FBO #2124
SOLICITATION NOTICE

D -- MAINTENANCE SERVICE FOR NORTEL SL-100 SWITCHING SYSTEM

Notice Date
9/18/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M67001 Marine Corps Base Camp Lejeune, NC
 
ZIP Code
28547-8368
 
Solicitation Number
M6700107Q0138
 
Response Due
9/26/2007
 
Archive Date
10/26/2007
 
Point of Contact
DONNA HERNDON 910 451-3072 BARBARA MULLIN, 910 451-3095
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. M6700107Q0138 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-208, effective 06 Sep 2007 and DFARS Change Notice (DCN) 20070906. The associated North American Industrial Classification System (NAICS) code for this requirement is 811213. To meet the small business size standard a concern’s annual receipts must not average more than $6.5 million for their latest three completed fiscal years. A firm-fixed price contract will be awarded for the requirement that is described as follows: The purpose of this request for quote is to procure Core ETASS Services. A detailed description of the government’s requirement is as follows located at Attachment 1. Period of Performance is 01 October 2007, or date of award, whichever is later, through 30 September 2009, with four (4) priced out 12-month Option Periods. The provision at 52.212-1, Instructions to Offerors – Commercial Items applies to this acquisition. Responses to this RFQ will be evaluated and awarded based on Lowest Price Technically Acceptable (LPTA). Offerors shall provide at least three (3) relevant past performance references with their quote. Reference information shall include agency name, contract number, dollar amount, point of contact (include phone number), for which your firm has provided the same or similar items. Offerors are to include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items. If the offeror has completed the ! annual representations and certifications electronically at http://orca.bpn.gov only paragraph (k) of this provision shall be completed. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items applies to this acquisition; FAR 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. Applicable clauses cited in 52.212-5 are: 52.203-6 Restrictions on Subcontractor Sales to the Government Alt I, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on SubContracting, 52.222-3 Convict Labor, 52.222-19 Child Labor – Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the! Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of E mployee Rights Concerning Payment of Union Dues or Fees and 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration. Additional FAR clauses applicable to this acquisition are: 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.232-17 Interest, and 52.242-13 Bankruptcy. The following DFARS clauses are applicable to this acquisition: 252.212-7000, Offeror Representations and Certifications--Commercial Items. The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. Additional clauses cited in 252.212-7001 applicable to the acquisition are 52.203-3 Gratuities, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 Requests for Equitable Adjustment and 252.247-7023 Transp! ortation of Supplies by Sea. Additional DFARS clauses applicable to this acquisition are 252.204-7003 Control of Government Personnel Work Product, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country, 252.225-7000 Buy American Act – Balance of Payments Program Certificate and 252.243-7001 Pricing of Contract Modifications. Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Are Workflow Receipt and Acceptance (W! AWF-RA). This application allows DoD vendors to submit and track invoi ces and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is https://wawf.eb.mil. WAWF training can be accessed at http://www.wawftraining.com/. Numbered Note 1 applies. Questions must be submitted by 2:00 p.m. EDT, 20 September 2007 via email to donna.herndon@usmc.mil. Quotes are due by 11:00 a.m. EDT, 26 September 2007 and may be emailed to donna.herndon@usmc.mil. The burden of insuring the Contractor’s quotes are received by this office, within the stated timeframe, is the Contractor’s responsibility. This shall be a firm-fixed price contract, payable in quarterly increments in arrears. Quotes shall include (1) pricing information; (2) technical information to include the contractor’s technical approach for accomplishment of work that explains how the requirements detailed in attachment (1) of this solicitation will be accomplished from beginning t! o end; and (3) relevant and acceptable past performance information, providing references that demonstrate the contractor’s experience in performing work of a similar type, size, volume and complexity as stated in this requirement. Points of contact for this requirement are Donna Herndon, (910) 451-3072 and Barbara Mullin, (910) 451-3095. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/USMC/M67001/M6700107Q0138/listing.html)
 
Record
SN01410387-F 20070920/070919144151 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.