SOLICITATION NOTICE
75 -- Office Telephones
- Notice Date
- 9/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
- ZIP Code
- 00000
- Solicitation Number
- M0068112T0162
- Response Due
- 9/18/2012
- Archive Date
- 10/18/2012
- Point of Contact
- Nicole Farrior (760) 725-1938
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number M00681-12-T-0162 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41 and the Defense Federal Acquisition Supplement, current to DCN 20120130. The North American Classification System Code is 334210 and the small business size standard is 1,000 Employees. This acquisition is set-aside 100% for small businesses. This solicitation is for the following items: CLIN0001 Qty 25, Avaya 6408D+ Telephone CLIN0002 Qty 20, Avaya 6416D+ Telephone CLIN0003 Qty 20, Avaya 6424D+M Telephone CLIN0004 Qty 20, Avaya 2420 Telephone This solicitation is for a brand name or equal in accordance with FAR provisions 52.211-6. All telephones quoted must be able to be programmed on and utilized with both an Avaya Definity G2 and Avaya Definity G2 Remote telephone switch. Analog telephones will not be accepted as they are not compatible with the digital circuit packs being utilized. All items being quoted will be brand new; no used, refurbished, or remanufactured items will be accepted. The Government will award a contract resulting from this solicitation to the responsible vender whose quotation conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate quotes: -Adherence w/ brand name or equal -Price -Delivery terms Please describe how your products/services support DOD Sustainable Acquisition Goals. This includes products that meet the following criteria: energy-efficient and water-efficient, bio-based, environmentally preferable, non-ozone depleting, are made with recovered materials, or use renewable energy technologies. If products/services are not sustainable, but your company engages in sustainable practices, please describe them. RFQ cover sheet will be filled out completely and submitted with quote, failure to do so can result in your quote being deemed unacceptable. The following FAR Clauses/Provisions apply: 52.204-99 System for Award Management Registration (Deviation). 52.212-1, Instructions to Offerors “Commercial Items. 52.212-3, Offeror Representations and Certifications “Commercial Items. 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (Deviation). 52.212-4 Contract Terms and Conditions “Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders “Commercial Items (incorporating 52.219-6, Notice of Total Small Business Set-Aside. 52.219-28, Post-Award Small Business Program Representation. 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 Handicapped Workers. 52.233-15, Energy Efficiency in Energy-Consuming Products. 52.225-13, Restriction on Certain Foreign Purchases. 52.232-33 Payment by Electronic Funds Transfer “ Central Contractor Registration). 52.252-2, Clauses Incorporated by Reference. The following DFAR Clauses apply: 252.211-7003, Item Identification and Valuation. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (incorporating 252.225-7001, Buy American Act and Balance of Payments Program. 252.232-7006, Wide Area Workflow Payment Instructions. 252.232-7003, Electronic Submission of Payment Requests). Venders responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications “Commercial Items with their quote. The vender should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Venders are required to be registered in Wide-Area Work Flow. Venders can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. If a change occurs in this requirement, only those venders that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. A quotation for this request shall be submitted via regular mail to the Camp Pendleton Regional Contracting Office, Attn: Nicole M. Farrior, P.O. Box 1609, Oceanside, CA 92055-1609, emailed to nicole.farrior@usmc.mil, or hand carried to the Regional Contracting Office, Bldg 22180, MCB, Camp Pendleton, CA 92055. Written or emailed quotes and the above required information must be received at this office on or before 18 September 2012, at 11am Mountain Time. Point of Contact Nicole Farrior, Contract Specialist, Phone 760-725-1938, Fax 760-725-4346, email nicole.farrior@usmc.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068112T0162/listing.html)
- Record
- SN02883875-W 20120916/120915000957-388ccb024e670d67bcfb1650dee40c16 (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 |