Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2012 FBO #3946
SOLICITATION NOTICE

D -- OIG Radio OTAR

Notice Date
9/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517911 — Telecommunications Resellers
 
Contracting Office
Department of Education, Contracts & Acquisitions Management, Contracts (All ED Components), 550 12th Street, SW, 7th Floor, Washington, District of Columbia, 20202
 
ZIP Code
20202
 
Solicitation Number
EDOOIG-12-000031
 
Point of Contact
Ryan Battad, Phone: 2022456527
 
E-Mail Address
ryan.battad@ed.gov
(ryan.battad@ed.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation number EDOOIG-12-000031 is being issued a Request for Quotation (RFQ) using Simplified Acquisition Procedures in accordance with FAR 12 and FAR 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. It is the contractor's responsibility to be familiar with all applicable clauses and provisions. This acquisition is 100% small business set-aside. The North American Industry Classification System code is 517911, Telecommunications Resellers, with a small business size standard of 1500 employees. The Government is procuring the following: 0001 1 SE Install and Re-program 108 Government Furnished (GFP) Motorola XTS5000 with Motorola Over-the-Air-Rekeying (OTAR) software packs. The suggested manufacturer for the software pack is Motorola Inc. Logistic considerations in regards to delivery of GFP radios from Government site to contractor location will be negotiated once winning contractor is chosen. 0002 1 EA Expedited Shipping and Delivery to 550 12th Street SW, Washington, D.C., 20202. This is a Brand Name OR Equal acquisition. Interested vendors proposing OR Equal Items MUST submit product literature (brochures, documentation, etc.) detailing the effectiveness and comparability of the OR Equal item(s) being offered, when compared to the items being acquired in this combined synopsis/solicitation. Failure to provide information about the Or Equal will deem the quote/proposal as non-responsive and will not be evaluated for award. The Government shall evaluate the quote(s) and/or proposal(s) submitted by interested vendors and the Basis for Award will be Lowest Price Technically Acceptable. Offerors responding to this requirement must include a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items. Interested vendors who are already registered in the Online Representation and Certifications Application (ORCA) website (https://orca.bpn.gov) may not need to re-accomplish FAR 52.212-3, but MUST identify their ORCA registration in the quote. Clauses and provisions may be accessed for FAR: https://www.acquisition.gov/far/ and EDAR: http://www2.ed.gov/policy/fund/reg/clibrary/edar.html. The following clauses, and provisions, which are incorporated by reference IAW FAR 52.252-2, Clauses Incorporated by Reference and FAR 52.252-1, Solicitation Provisions Incorporated by Reference, remain in full force in any resultant purchase order: FAR 52.212-1, Instruction to Offerors-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is applicable. The following FAR clauses under paragraph (b) of FAR 52.212-5 are applicable: 52.219-6, Notice of Total Small Business Set Aside, 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, 52.225-1, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration. All interested vendors must be registered with Central Contractor Registration (CCR) at www.sam.gov. Vendors who are not registered in CCR are not eligible for award. All offers must be received no later than 13 September 2012, 1:00 pm Eastern Standard Time and must be able to respond to the information contained herein. Quotes/offers MUST be submitted electronically via email to ryan.battad@ed.gov. Quotations should meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number and provide a delivery date on the quotation. Please email the primary point of contact Ryan Battad, Contracting Officer, for any questions concerning this requirement, as soon as possible.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/OCFO/CPO/EDOOIG-12-000031 /listing.html)
 
Place of Performance
Address: 550 12th Street SW, Washington, District of Columbia, 20202, United States
Zip Code: 20202
 
Record
SN02878577-W 20120913/120912002717-70e5e884af35e964edeb26a407f8f661 (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.