Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2011 FBO #3381
SOLICITATION NOTICE

D -- ISP Services for Joint Force Staff College - Package #1

Notice Date
2/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-11-T-0011
 
Archive Date
3/15/2011
 
Point of Contact
constance v. house, Phone: 7037671168, JAMES DENNIS, Phone: 7037671139
 
E-Mail Address
constance.house@dla.mil, James.Dennis@dla.mil
(constance.house@dla.mil, James.Dennis@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number SP4705-11-T-0011 for ISP Services from date of award to one (1) year at the Joint Force Staff College, Norfolk, VA. 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; proposals are being requested and a written solicitation will not be issued. This notice incorporates provisions and clauses in effect through FAR Circular 2005-48 effective 31 Jan 2011. This acquisition is being conducted in accordance with FAR Parts 12, 13 and 15. Solicitation is unrestricted. The NAICS code for this acquisition is 517110. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the Central Contractor Registration (CCR). Contractors can access the CCR for free at http://www.ccr.gov. This requirement is for ISP Internet Services for the Joint Force Staff College, 7800 Hampton Blvd, Norfolk, VA for one (1) year from date of award. The contractors shall provide services, support, and deliverables in accordance with the Statement of Work. The Internet Service Provider shall be completely responsible for the maintenance and support of IP Internet Services. The provision at 52.212-1, Instruction to Offerors Commercial, applies to this acquisition. The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-28, Post Award Small Business Program Representation, 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; 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50, Combating Trafficking in Persons, 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. Under 52.212-2, the evaluation procedures to be used are lowest overall responsive and responsible price for the parts. Lowest Price quote that passes the technical requirement under 52.212-2 will receive award. Please provide a completed copy of provision at 52.212-3. See the provision at http://www.arnet.gov/far. The FAR clause at 52.212-4, contract terms and conditions-Commercial Items, applies to this acquisition. Also, FAR clause 52.212-5 applies with checkmarks under this clause for the following - 52.219-6, 219-8, 222-3, 222-19, 222-21, 222-26, 222-36, 222-50, 225-13, 232-33. with other other FAR/DFARS clauses that apply: 52.204-7, 252.232-7010, 252.212-7001 with check marks for 252.225-7036, 252.232-7003, 252.247-7023 and 252.225-7000, 252.225-7001. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of clause) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. Offerors are encouraged to obtain further information on CCR and ORCA registrations at the following two websites: http://www.ccr.gov/ and http://orca.bpn.gov/. The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xvi) RESPONSES ARE DUE Monday,February 28, 2011 by 11:00 a.m. Eastern Daylight Time. Offers received after this date and time will not be considered for award. Submit quotation by email to - ATTN: Constance.House@dla.mil (DCSO-H), Defense Logistics Agency, 8725 John J. Kingman Road, Room 1145, Fort Belvoir, VA 22060. Electronic Mail may be used to submit quotations provided there is a scanned electronic signature. However, electronic mail is submitted at the contractor's own risk as large pdf. files may not be transmittable. Contact Constance House at constance.house@dla.mil, if any technical questions. The solicitation is distributed solely through Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. If you have any questions or concerns regarding this solicitation, please contact Constance House at email: constance.house@dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-11-T-0011/listing.html)
 
Place of Performance
Address: Joint Forice Staff College, 7800 Hampton Blvd, Norfolk, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN02386546-W 20110226/110224234213-cf310acd80dbee36073ea06e1aebe981 (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.