Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2012 FBO #3921
SOLICITATION NOTICE

D -- CISCO CALL MANAGER - SSL and SOW

Notice Date
8/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z3512209AC01-holt
 
Archive Date
9/6/2012
 
Point of Contact
Joseph D. Holt, Phone: 7074247743
 
E-Mail Address
joseph.holt@us.af.mil
(joseph.holt@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
statement of work Sole source letter 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 and a written solicitation will not be issued. The solicitation number is F3Z3512209AC01; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60 effective 26 July 2012; Defense DCN 20120724 effective 07 Jul 2012, and AFAC 2012-0330 effective 30 Mar 2012. This acquisition is Small Business Set-Aside; The North American Industry Classification System (NAICS) code is 517110 The business size standard is 1500 employees. The Federal Supply Class (FSC) is D316. The Standard Industrial Classification (SIC) is 4813. Travis AFB has a requirement for Telephoney management system interface to Cisco CCM VOIP Switch. See SOW for requirement, See limited sources letter for justification of exclusion. Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: 52.212-3 ALTERNATE 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 and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the service offered to meet the Government requirement IAW the SOW; (ii) price; 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-28 Post Award Small Business Program 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-50 Combating Trafficking in Persons 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contracts 252.204-7003 Control of Government Personnel Work Products 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.247-7023 (Alt III) Transportation of Supplies by Sea 52.212-5 Contract Terms and Conditions (Deviation) 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviation in Clauses 252.204-7006 Billing Instructions (full text) 252.212-7001 Contract Terms and Conditions DEVIATION 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance 5352-201-9101 OMBUDSMAN 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities These products must comply with the Buy American Act (100% manufactured in the USA; and at least 51% of the cost of materials made, fabricated, purchased must be MADE IN THE USA.) Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to joseph.holt@us.af.mil or fax to 707-424-5189. NO LATER THAN 29 Aug 2012, 0830, PST and offers NO LATER THAN 30 JUN, 1400, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. If a fax was sent, please email joseph.holt@us.af.mil to confirm the quote was received. Point of contact is SrA Holt, Contract Specialist, telephone 707-424-7743.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3512209AC01-holt/listing.html)
 
Place of Performance
Address: Contact customer prior to installation, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02844258-W 20120819/120817235309-ba590011400e8c914c0ee1629bd202f3 (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.