Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 05, 2011 FBO #3329
SOLICITATION NOTICE

D -- AVAYA Maintenance/Support Renewal - TIB-2011-RFP-0007

Notice Date
1/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Federal Retirement Thrift Investment Board, Office of Financial Service, Office of Financial Service-Procurement and Contracts, 1250 H. Street, N.W., Suite 200, Washington, District of Columbia, 20005, United States
 
ZIP Code
20005
 
Solicitation Number
TIB-2011-RFP-0007
 
Point of Contact
Waleska M. Pierantoni-Monge, Phone: 2029421600
 
E-Mail Address
WPierantoni@tsp.gov
(WPierantoni@tsp.gov)
 
Small Business Set-Aside
N/A
 
Description
TIB-2011-RFP-0007 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issueas Request for Quotation (RFQ) No. TIB-2011-RFP-0007. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-40. This RFQ is in support of the Federal Retirement Thrift Investment Board (FRTIB), Office of Automated Systems Division, to provide Support and maintenance renewal services for the Audix voice and Definity system hardware. Switch Only Business Day Maintenance. The contractor shall provide products as configured below with associated maintenance services. This requirement has been reviewed and contains no services that are inherently governmental functions. All services are strictly non-personal in nature. All equipment is required to be new equipment. MANUFACTURER: AVAYA; SOLD TO NUMBER 296411. The products are listed on Attachment A. Only one award is anticipated to result from this RFQ. ***************************** Items are required in accordance with the below schedule. Submit written offers (oral offers will not be accepted). ***************************** Base Period - Date of Award (DOA) through 12 months of performance. Option Period 1 - Expiration of Base Period through 12 months of performance This acquisition will be a Firm-Fixed Price. CLIN 0001- Base Year Support and Maintenance Renewal Services for the Audix voice and Definity system Hardware FFP Manufacturer: AVAYA Part Number: See attachment A Quantity: 1 Lot PoP: Date of Award (DOA) through 12 months of performance. Brand Name Only Price to include delivery and installation Monthly Price: $ __________ Total Price: $_____________ CLIN 1001 - Option Year Support and Maintenance Renewal Services for the Audix voice and Definity system Hardware FFP Manufacturer: AVAYA Part Number: See attachment A Quantity: 1 Lot PoP: Expiration of Base Period through 12 months of performance Brand Name Only Price to include delivery and installation Monthly Price: $ __________ Total Price: $_____________ ************************************************************************ INSPECTON AND ACCEPTANCE TERMS: Delivery/Acceptance Federal Retirement Thrift Investment Board 1250 H Street NW, Suite 200 Washington, DC 20310 Mr. Leonard Dillard Award of this order will be made on a competitive best value basis using the "lowest price, technically acceptable" basis. Evaluation will be made to identify all Offerors whose proposals are technically acceptable in accordance with the Specifications/Salient Characteristics of the RFQ. Award will be made to the Offeror from the pool of technically acceptable proposals, whose cost/price is lowest. Technical acceptability will be determined by evaluating Specifications/Salient Characteristics and can meet the delivery schedule of 30 days after receipt of award. Please note that unsubstantiated costs that are considered unrealistic or unsupported or both may cause the overall technical evaluation to be rated Unacceptable. Please provide a complete quote including: CAGE Code, DUNS number, Tax Identification Number (TIN), Central Contractor Registration status, and GSA Contract Schedule Number. CLAUSES BY REFERENCE APPLICABLE TO THIS ORDER : FAR 52.203-13: Contractor Code of Business Ethics and Conduct. FAR 52.211-6: Brand Name or Equal in reference to the attached specifications. F AR 52.217-8 OPTION TO EXTEND SERVICES (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 calendar days prior to contract expiration. (End of Clause) FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 calendar days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 2 years. (End of clause) FAR 52.232-18 -- Availability of Funds. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) All electronic hardware and software procured under this contract/purchase order must comply with Section 508 of the Rehabilitation Act of 1973, as amended, (29 U.S.C. 794d) and the Architectural and Transportation Barriers Compliance Board Electronic Information Technology (EIT) Accessibility Standards (36 CFR part 1194). Further information is available via the Internet at http://www.section508.gov The Federal Retirement Thrift Investment Board (TIB or Agency) is a Government agency operating on non-appropriated funds whose mission is to act solely in the interests of the Thrift Savings Plan participants and beneficiaries. As a non-appropriated fund agency, it is not bound by the Federal Acquisition Regulation (FAR). Delivery of all supplies will be no later than 30 days after date of contract. All interested contractors are to submit a copy of their quotation by the solicitation due date. Items shall be priced FOB Destination.***************************** FAR PROVISIONS: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3, Offerors Representation and Certifications-Commercial Items; Addendum to FAR Clause 52.212-1 applies to this acquisition is as follows: 52.252-1, 52.222-22, and 52.222-25. The government shall not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this solicitation. Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text. FAR 52.212-3 can be obtained http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications Application). An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at ORCA. If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete paragraphs (b) through (i) of this provision. FAR CLAUSES: 52.209-6; 52.232-23; 52.232-25; 52.233-1, 52.244-6 and 25.253-1 are hereby incorporated. 52.212-4, Contract Terms and Conditions-Commercial Items. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.223-6, 52.204-7, 52.247-34, and 52.252-6. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-5, 52.225-13, 52.232-33, 52.233-3 and 52.233-4 apply to this acquisition. NOTICE TO OFFERORS: Contractor shall offer to the Agency the same warranty commonly accepted in similar commercial purchases. All responses must be received no later than 2:00 PM Eastern Standard Time, 7 January, 2011 to FRTIB Procurement Office, 1250 H Street NW, Suite 200, Washington DC 20005 by mail, or e-mail to wpierantoni@tsp.gov RECEIVED QUOTATIONS MUST BE GOOD UNTIL 7 February 2011. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or via the internet at www.ccr.gov. The FAR web site is http://www.acquisition.gov/far/. Questions concerning this solicitation should be addressed to Waleska Pierantoni Monge @ wpierantoni@tsp.gov ***************************** NOTE: Award will be made on "all or none basis." ***************************** The Federal Retirement Thrift Investment Board (TIB or Agency) is a Government agency operating on non-appropriated funds whose mission is to act solely in the interests of the Thrift Savings Plan participants and beneficiaries. As a non-appropriated fund agency, it is not bound by the Federal Acquisition Regulation (FAR).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/FRTIB/OA/WashingtonDC/TIB-2011-RFP-0007/listing.html)
 
Place of Performance
Address: Federal Retirement Thrift Investment Board, 1250 H Street NW, Suite 200, Washington, DC 20310, Mr. Leonard Dillard, Washington, District of Columbia, 20005, United States
Zip Code: 20005
 
Record
SN02353373-W 20110105/110103234123-9463d0e7be19d2bb8e4d4cf3eb3f54ca (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.