Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2011 FBO #3589
SOLICITATION NOTICE

70 -- ActiveCare Advanced Maintenance / Service Support Renewal

Notice Date
9/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ11T0173
 
Response Due
9/23/2011
 
Archive Date
11/22/2011
 
Point of Contact
GEORGE LOCKE, 910-643-2119
 
E-Mail Address
Medcom Contracting Center North Atlantic
(george.locke@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. This is solicitation number W91YTZ-11-T-0173, a request for quotation (RFQ) and Notice of Intent to make an award. This is a 100% small business set aside. Womack Army Medical Center, Fort Bragg, North Carolina, 28310, has a requirement for the maintenance / service agreement renewal for ActiveCare Advanced hardware in the WAMC Network Operations and Assurance department. The Government intends to make a Sole Source award to (SDVOB) 4k Solutions, LLC Midland, GA. CLIN 0001: ActiveCare Advanced maintenance / service support coverage renewal - (24x7) - CT4000 - 8 copper ports - 4000 users for serial number 090562160A00663. Period of coverage 25 September 2011 to 24 September 2012. QUANTITY: 1 Each PRICE: __________________________ CLIN 0002: ActiveCare Advanced maintenance / service support coverage renewal - (24x7) - Enterprise Manager <= 5 for serial number 090962140A0077M. Period of coverage 25 September 2011 to 24 September 2012. QUANTITY: 1 Each PRICE: __________________________ CLIN 0003: ActiveCare Advanced maintenance / service support coverage renewal - (24x7) - CT2000- 8 copper ports- 2500 users for serial number 090862160A01621. Period of coverage 25 September 2011 to 24 September 2012. QUANTITY: 1 Each PRICE: __________________________ CLIN 0003: ActiveCare Advanced maintenance / service support coverage renewal - (24x7) - CT4000- 8 copper ports- 4000 users for serial numbers 100563360A00193 and 100563360A00213. Period of coverage 25 September 2011 to 24 September 2012. QUANTITY: 1 Each PRICE: __________________________ Any offers received in response to this solicitation will be considered. Responses will be used to determine whether bonafide competition exists. Responses are to be faxed to George Locke at 910-907-9307 or emailed to george.locke@us.army.mil not later than 1500 hours (3PM) on 23 September 2011. It is now a requirement that all contractors doing business with the Department of Defense is registered with Central Contractor Registration (CCR) (the website may be accessed on the internet at: www.ccr.gov to register). Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Provision 52.212-1, Instructions to Offerors-Commercial Items. As stated in this provision, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a cost or price standpoint. However, the Government reserves the right to conduct discussions if later and determined by the Contracting Officer to be necessary. 52.212-2 Evaluation - Commercial Items. 52.212-3, Offeror Representations and Certifications - Commercial Items; an authorized representative of the offeror must sign these representations and certifications and must be included with the offer. The resulting firm fixed price award will incorporate the requirements of the following clauses: 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; with applicable FAR Clauses: 52.222-36 and 52.222-37. DFAR Clauses: 252.225-7000 Buy American Act - Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program. Evaluation factors: 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 Government reserves the right to award on an "All or None" basis. This requirement will not be split into multiple awards. GENERAL INFORMATION: Only the Contracting Officer has the authority to approve changes to this contract that would result in an increase or decrease in the awarded price. Payment under the terms of the contract will be made in arrears. The following FAR provisions and clauses apply to this solicitation: 52.212-1, Instructions to Offerors- Commercial; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Employment; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; and 52.225-3 Buy American Act - North American Free Trade Agreement; 252.204-7004 Required Central Contractor Registration; 252.212-7001 Contract Terms, 252.232-7003 Electronic Submission of Payment Requests; 252.225-7002 Qualifying Country Sources as Subcontractors. (Contractor to include a completed copy of the following provisions with quote) 52.212-3 Offeror Reps and Certs. Additional applicable FAR clauses and provisions: 52.222-21, 52.222-35, 52.222-37, 52.225-3, 52.203-6, 52.204-10, 52.209-6, 52.222-3, 52.222-19, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.233-3, 52.233-4, 52.252-2, 52.252-6, 52.225-25, 52.252-1, 52.252-5, 52.219-6. Additional applicable DFAR clauses and provisions: 252.225-7000, 252.225-7001, 252.204-7004, 252.212-7002, 252.225-7002, 252.203-7000, 252.203-7002, 252.204-7003, 252.232-7010, 252.204-7008, 252.212-7001 Deviation, 252.225-7035. Referenced provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ11T0173/listing.html)
 
Place of Performance
Address: Womack Army Medical Center Bldg 4-2817 Reilly Road Fort Bragg NC
Zip Code: 28310-7301
 
Record
SN02585215-W 20110922/110921000606-a93aee40572aa71f84159e4ef9048293 (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.