Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2013 FBO #4150
SOLICITATION NOTICE

99 -- Plasma Messaging Service

Notice Date
4/3/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
M67004 Marine Corps Logistics Command 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700413Q0088
 
Response Due
4/15/2013
 
Archive Date
4/30/2013
 
Point of Contact
James Kessel 229-639-6717
 
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, as supplemented with additional information included in this notice. This announcement constitutes the only publication. A written solicitation will not be issued. Solicitation number M67004-13-Q-0088 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-65. This solicitation is set aside 100% for small business. The North American Industrial Classification System (NAICS) code for this requirement is 518210 and the small business size standard is $30M. Award will be based on lowest price technically acceptable to the Government. This solicitation is for all or none. All prospective offerors will submit three volumes with their offer. Volume One (Technical)- Sufficient documentation will be furnished to illustrate full knowledge and compliance with the applicable PWS. Volume Two (Past Performance)- Sufficient documentation will be furnished to determine previous past performance in relevant efforts, Volume Three (Price)- volume will contain all data to include equipment fees, total hours and loaded hourly rates. The Government is not soliciting or suggesting a particular name brand, and will consider offers for any brand in association with the required services that fulfills the Government's needs This requirement is to procure plasma messaging services. SEE ATTACHED PERFORMANCE WORK STATEMENT. Line Item #0001: Qty:12 U/I Month “ Plasma Messaging Services in accordance with attached performance work statement. Monthly charges will include all applicable associated costs to include but not limited to contractor supplied hardware, operating software, equipment and labor. Period of performance is 01 Jun 2013 through 31 May 2014. Line Item #1001: Qty:12 U/I Month “ Option One, Plasma Messaging Services in accordance with attached performance work statement. Monthly charges will include all applicable associated costs to include but not limited to contractor supplied hardware, operating software, equipment and labor. Period of performance is 01 Jun 2014 through 31 May 2015. Line Item #2001: Qty:12 U/I Month “ Option 2, Plasma Messaging Services in accordance witrh attached performance work statement. Monthly charges will include all applicable associated costs to include but not limited to contractor supplied hardware, operating software, equipment and labor. Period of performance is 01 Jun 2015 through 31 May 2016. NOTE: All option pricing will be evaluated at time of original award The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 11.105 Items Peculiar to One Manufacturer. FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28 Post-Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR.222.19 Child Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52-222-36 Affirmative Action for Workers with Disabilities; FAR 52-223-6 Drug-Free Workplace, FAR 52.217-9 Option to extend term of contracts, FAR 52.217-4 Evaluation of options excercised at time of contract award, FAR 52.217-9 Option to extend services, FAR 52.233-1 Disputes, FAR 52.233-4 Applicable Law for Breach of Contract Claim; DFARS 252.225-7001 Buy American Act, DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.204-7004 Alt A; clauses incorporated in full text: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-1 Small Business Program Representations, FAR 52.252-2, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. QUOTERS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR websites: http://www.acquisition.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Quoters are required to be registered in the System for Award Management (SAM), a free web-site which consolidated Federal procurement systems and the Catalog of Federal Domestic Assistance (CCR, Federal Regulations, ORCA and EPLS were migrated into SAM), and registered, or willing to register, in Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with SAM registration, contact the SAM Customer Service at 866-606-8220 or visit their website at: http://www.fsd.gov. Quoters must have a current SAM record prior to receiving an award for this solicitation or for any future awards. Quoters responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if received by closing, must be considered by the agency. The closing date for this solicitation is 1300 hours on 15 April 2013 (EST). Electronic quotes may be sent to james.kessel@usmc.mil. No faxed quotes will be accepted. Mailed quotes will be sent to: Organization Name: LOGCOM Contracts Department (Code S1930) Address: Bldg. 3700, Room 240, Cubicle NE-07 814 Radford Blvd. Albany, GA 31704-3019 ATTN: James Kessel, Contract Specialist RFP:M67004-12-R0033 The Government is not responsible for any quotes not received by the closing date and time specified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1e60978fd7de3236701441ad760bbc08)
 
Record
SN03028092-W 20130405/130403235046-1e60978fd7de3236701441ad760bbc08 (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.