Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2012 FBO #3933
SOLICITATION NOTICE

70 -- Video-teleconferencing (VTC) Equipment, Installation and Maintenence - Performance Work Statement (PWS)

Notice Date
8/29/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Battle Creek, HDI Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
SP470712Q0097
 
Archive Date
9/30/2012
 
Point of Contact
David Stemple, Phone: 269-961-5372, Randy J Powell, Phone: 269-961-7110
 
E-Mail Address
david.stemple@dla.mil, Randy.Powell@dla.mil
(david.stemple@dla.mil, Randy.Powell@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement (PWS) Defense Logistics Agency (DLA) has a requirement for Video-teleconferencing (VTC) equipment, installation, and maintenance. This is issued as Request for Quotation (RFQ) # SP4707-12-Q-0097. Place of performance is Fort Belvoir, Virginia. Inspection, acceptance and F.O.B. are at destination, Fort Belvoir, Virginia. Delivery of equipment shall be no later than 30 calendar days after award date, and installation shall be completed within 45 days of award. 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #2005-60. This acquisition is set-aside 100% for small business concerns, and the associated NAICS code is 334220 with a SBA directed size standard of 750 in employment. Vendors shall provide a price for each contract line item number (CLIN) and an overall total price in their quote. Quotes with quantities of more or less than requested or products other than those requested shall be rated technically unacceptable. CLIN Descriptions: *Reference attached Performance Work Statement (PWS). CLIN 0001: Hardware and Software CLIN 0002: Installation and Programming CLIN 0003: Maintenance Only new equipment is being solicited. Remanufactured or refurbished equipment, as defined in FAR 11.001, is technically unacceptable. Trade-in or exchange of old equipment is not available. This RFQ uses Brand Name or Equal purchase descriptions. Potential vendors may propose a product in lieu of the brand named item, whereas the replacement product meets or exceeds the salient physical, functional, or performance characteristics of the brand name item specifically mentioned. Potential vendors who propose products other than those specifically referenced by brand name shall provide adequate documentation to verify technical equivalency. Insufficient documentation for a technical evaluation regarding proposed products equivalency to the product referenced by brand name shall result in a technically unacceptable rating and removal from award consideration. The evaluation factor(s) for award is; lowest-price, technically acceptable. Any resulting contract or order will be firm-fixed price. Place "SP4707-12-Q-0097" in the subject field of any e-mail correspondence. Questions regarding this RFQ are due by Tuesday, September 5, 2012 at 4:00 PM EST. Questions submitted after this deadline shall be considered late and shall not be answered. Responses are due by Friday, September 7, 2012 at 4:00 PM EST. Late responses shall not be accepted and shall receive no consideration for award. Please include your Cage Code with your quote. Questions and/or quotations may be submitted in writing through e-mail to David Stemple, the primary point of contact for this announcement, at david.stemple@dla.mil, or by FAX: (269) 961-4226. The following clauses/provisions are hereby incorporated by reference. Clauses may be accessed on the Internet at http://farsite.hill.af.mil. Instructions to Offerors -- Commercial Items (Feb 2012) -- FAR 52.212-1 Offeror Representations and Certifications -- Commercial Items (Apr 2012) -- FAR 52.212-3 Contract Terms and Conditions -- Commercial Items. (Feb 2012) -- FAR 52.212-4 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2012) --FAR 52.212-5 In paragraph (a) the following clauses apply: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). In paragraph (b) the following clauses apply: _X_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X_ (6) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). _X_ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). _X_ (12) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). _X_ (ii) Alternate I (Nov 2011). _X_ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). _X_ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). _X_ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). _X_ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X_ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). _X_ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). _X_ (42) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). _X_ (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). In paragraph (c) the following clauses apply: _X_ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). Item Identification and Valuation (JUN 2005)-DFARS 252.211-7003. Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2012) -- DFARS 252.212.7001 In paragraph (b) the following clauses apply: (1) __X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181). (20) _X_ 252.227-7013, Rights in Technical Data-Noncommercial Items (FEB 2012), if applicable (see 227.7103-6(a)). (21) __X_ 252.227-7015, Technical Data-Commercial Items (DEC 2011) (10 U.S.C. 2320). (29)(i) _X__ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10U.S.C. 2631). (iv) __X_ Alternate III (MAY 2002) of 252.247-7023. (30) __X_ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR2000) (10 U.S.C. 2631). (91) 52.212-9000, Changes - Military Readiness, as prescribed in 12.302(b)(3)(91). (96) The provision at DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government, as prescribed in DFARS 209.104-70(b). (103) The clause at 52.211-9014, Contractor Retention of Traceability Documentation, as prescribed in 11.304-92. (108) The clause at FAR 52.242-15, Stop Work Order, as prescribed in FAR 42.1305(b)(1). (115) 52.246-2, Inspection of Supplies - Fixed Price (116) the clause at 52.246-9066, Documentation of Traceability, as prescribed in 46.490(c). (118) 52.232-9010, Accelerated Payments to Small Business (Jun 2012).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8398e4e4d61284b3b0962e251beb6568)
 
Place of Performance
Address: Defense Logistics Agency, 8725 John J. Kingman Road, Suite 4929, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN02860542-W 20120831/120830000114-8398e4e4d61284b3b0962e251beb6568 (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.