Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2012 FBO #3889
SOLICITATION NOTICE

D -- Avaya direct maintenance - Solicitation SP4705-12-Q-0042

Notice Date
7/16/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
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
SP4705-12-Q-0042
 
Point of Contact
carlos vidro-martinez, Phone: 7037676826
 
E-Mail Address
carlos.vidro-martinez@dla.mil
(carlos.vidro-martinez@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation SP470512-Q-0042 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; proposals are being requested. This combined synopsis/solicitation SP4705-12-Q-0042 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59, DFARS Change Notice 20120629. This solicitation is 100 % set aside for Total Small Business. The NAICS code assigned to this acquisition is 811213 and small business size standard is $10,000,000.00. NOTE: Offerors will be required to have this NAICS Code listed in their ORCA Certification. Proposals from all responsible businesses will be considered if no small business proposals are received. All offers must be in the English language and in U.S. dollars. Award will be made as a firm fixed price contract. The requirement is being offered on a brand name basis. Vendors must be an Avaya-authorized business partner, certified to perform work at the federal level in order to be eligible for award. Submit an Avaya authorization letter concurrently with quotes. Quotes receive without the Avaya authorization letter will be considered technically unacceptable, will not be reviewed further and are ineligible for award. Joint Services delivery or Business Partner provides maintenance services will not qualify as a response to this RFQ. Only bids for Avaya direct maintenance with Avaya Initialization and Administration System (INADS) and Avaya as Tier One through Tier Four supports will be considered. The partner shall bid Avaya direct maintenance, not partner assisted maintenance. In order to be considered technically acceptable, vendors must offer the maintenance describe in the Section Listing Services/Assembles covered under Maintenance of the Statement of Work. Offers with quantities of less than requested or products that differ from those requested will be deemed technically unacceptable. The period of performance for this requirement is a period of 12 months base period after award with two twelve months Option Periods. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.204-7, "Central Contractor Registration." FAR 52.212-1, "Instructions to Offerors--Commercial Items." FAR 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. The single evaluation factor for award is lowest price, technically acceptable (LPTA). (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) It is the Government's intention to award without negotiating, under lowest price, technically acceptable (LPTA) evaluation approach. FAR 52.211-6, "brand name or equal." FAR 52.212-3, "Offeror Representations and Certification--Commercial Items." FAR 52.212-4, "Contract Terms and Conditions--Commercial Items." FAR 52.212-5, "Contract Term Conditions Required to Implement Statutes or Executive Orders--Commercial Items." FAR 52.217-8, "Option to Extend Services." FAR 52.217-9, "Option to Extend the Term of the Contract." FAR 52.222-48, "Exemption from Application of Services Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification." FAR 52.222-53, "Exemption from Application of the Services Contract Act to Contracts for Certain Services Requirements." FAR 52.232-17, "Interest." FAR 52.237-3, "Continuity of Services." FAR 52.242-13, "Bankruptcy." FAR 52.242-15, "Stop--Work Order." FAR 52.246-4, "Inspection of Services--Fixed Price." FAR 247-34, "FOB Destination." DFARS 252.204-7004 ALT A, "Required Central Contractor Registration Alternate A." DFARS 252.212-7001 (Dev), "Contract Terms and Conditions." PAYMENT: Per FAR 52.232-33 "Payment by Electronic Funds Transfer-Central Contractor Registration." FAR 252.262-7003, "Electronic Submission and Processing of Payment Requests and Receiving Reports." Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractor must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov Quotations must contain the contractor's Tax Information Number, Cage Code, and DUNS Number. Quotations must be received no later than July 24, 2012 12:00 PM. Local Eastern time. Quotations received after the date and time specified will not be considered. Quotations may be submitted as an attachment to an e-mail addressed to: carlos.vidro-martinez@dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-12-Q-0042/listing.html)
 
Place of Performance
Address: Joint Forces Staff College, 7800 Hampton BLVD, Norfolk, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN02803928-W 20120718/120716235012-4a52b780341be89091b06bed16563083 (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.