Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2013 FBO #4212
SOLICITATION NOTICE

70 -- DCCMC34094 - Equipment List

Notice Date
6/4/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
 
ZIP Code
20755-0549
 
Solicitation Number
DCCMC34094
 
Archive Date
6/25/2013
 
Point of Contact
Stephanie Deloreyes, Phone: 3012254085
 
E-Mail Address
stephanielynn.c.delosreyes.civ@mail.mil
(stephanielynn.c.delosreyes.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name J&A Combined Synopsis/Solicitation Equipment List The Defense Information Systems Agency (DISA), P.O.Box 549, Ft. Meade, MD 20755, intends to procure CISCO Call Manager Equipment and Axiom Memory. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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 # DCCMC34094 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-60. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The NAICS code is 541519 "Other Computer Related Services " and the business size standard is 150 Employees. This combined synopsis/solicitation is issued as a total small business set-aside. This combined synopsis/solicitation contains forty one (41) contract line item number (CLIN): See attached Excel Spreadsheet titled, "Equipment List." DELIVERY TERMS: FOB: Destination. Defense Information Systems Agency, 6910 Cooper Ave, Ft. Meade, MD 20755; electronic delivery. PERIOD OF PERFORMANCE: 365 Days from date of award. INSPECTION AND ACCEPTANCE TERMS: Equipment will be inspected by Quality Assurance personnel and accepted at the delivery point. FAR/DFARS PROVISIONS & CLAUSES: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and FAR 52.212-3, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and are hereby incorporated by reference. Addendum to FAR 52.212-1 applies to this acquisition as follows: FAR 52.252-1, DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items; DFARS 252.212.7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and DFARS 252.225-7001 Buy American and Balance of Payments Program. All Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/, or https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR/DFARS Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: FAR 52.252-2, FAR 52.252-6; FAR 52.204-99 System for Award Management Registration. FAR Clause 52.212-5- Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items apply to this acquisition, specifically, the following cited clauses: FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act; SECTION 508 COMPLIANCE SPECIFICATION LANGUAGE: (a) "Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) requires Federal agencies acquiring Electronic and Information Technology (EIT) to ensure that Federal employees with disabilities have access to and use of information and data that is comparable to the access and use by Federal employees who are not individuals with disabilities. (b) All EIT procured under this contract/order must met the following 36 CFR 1194 accessibility standards. The full text of the accessibility standards is available at: http://www.access-board.gov/sec508/508standards.htm __X _ 1194.21 - Software Applications and Operating Systems ___ 1194.22 - Web Based Intranet and Internet Information and Applications. _X _ 1194.23 - Telecommunications Products. ___ 1194.24 - Video and Multimedia Products. ___ 1194.25 - Self-Contained, Closed Products. _X __ 1194.26 - Desktop and Portable Computers. ___ 1194.41 - Information,Documentation, and Support (c) The standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology devise(s), but merely require that the EIT be compatible with such software and device(s) so that it can be made accessible if so required in the future. (d) Contractors may propose products or services that result in substantially equivalent or greater access to and use by individuals with disabilities; this is known as equivalent facilitation: EVALUATION PROCEDURES: This requirement shall be evaluated in accordance with FAR Part 13. FAR 52.212-2, Evaluation -- Commercial Items applies to this acquisition. The government will award a firm-fixed price purchase order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is the lowest price technically acceptable. FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-1 Small Business Program Representations Alt I; FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification; FAR 52.232-99-Providing Accelerated Payment to Small Business Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments. The following local clauses apply to this acquisition and can be requested from the POC below: DARS 52.204-9000 Points of Contact; DARS 52.204-9001 Contract/Order Closeout - Fixed-Price, Time-and-Materials, or Labor Hours; DARS 52.209-9000 Organizational and Consultant Conflicts of Interest (OCCI); DARS 52.232-9000 Wide Area Workflow (WAWF). Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. Quotes shall be submitted no later than 12:00 PM Eastern Time on 10 June 2013. Quotes shall be e-mailed to Stephanie Delosreyes at stephanielynn.c.delosreyes.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/DCCMC34094/listing.html)
 
Record
SN03078874-W 20130606/130604235416-f7a61aa303fb2ce6de2a4718c3f918c3 (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.