Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2015 FBO #5005
SOLICITATION NOTICE

58 -- VOIP PHONES

Notice Date
8/5/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
114 FW/MSC, South Dakota ANG, 1201 West Algonquin Street, Sioux Falls, SD 57104-0264
 
ZIP Code
57104-0264
 
Solicitation Number
W912MM15T0038
 
Response Due
8/12/2015
 
Archive Date
10/4/2015
 
Point of Contact
Kurtis Lunstra, 605-988-5933
 
E-Mail Address
114 FW/MSC
(kurtis.lunstra@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 2005-83. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 334210 applies to this solicitation; business size standard is 1,000 employees. The South Dakota Air National Guard has a requirement for a Name Brand request for quotations for brand new Avaya 1120E IP Desk Phones (PN: NTYS03BFGS), Avaya 1140E IP Desk Phones (PN: NTYS05BFGS), Avaya Prem IP Set eAuth Licenses (PN: NTE907EC). The South Dakota Air National Guard intends to issue a firm fixed priced purchase order for this purchase. The required specifications are as follows: - 75 Each - Avaya 1120E IP Desk Phone o Graphite with English keycaps, no power supply o PN: NTYS03BFGS - 75 Each - Avaya 1140E IP Desk Phone o Graphite with English keycaps, no power supply o PN: NTYS05BFGS - 150 Each - Avaya Prem IP Set eAuth License o PN: NTE907EC The final quote needs to include on-site installation and configuration for all licenses and phones into the current Avaya CS1000M phone switch/console serial # JD11745. The phone sets can be installed and tested during normal business hours. It will be the Governments responsibility to physically install, program, and set up voicemail on the Avaya 1120E IP and 1140E IP Desk Phones. No training will be required for users. Additionally, the vendor quoting must be an Avaya Federal Authorized Business Partner whom is licensed to sell new Avaya products and certified to install Avaya products, have experience with the Avaya CS1000 equipment using Call Pilot interface and provide new equipment, not refurbished, that is Joint Interoperability Test Command (JITC) certified. (Brand Name Justification is attached) For any questions please contact Eric Comes at eric.l.comes.mil@mail.mil or 605-988-5932. Do not contact other Government personnel as this will only delay receipt of answers. Questions must be received no later than two business days prior to the quote due date. All questions and the answers provided will be released to all eligible offerors on a non-attribution basis. All terms and conditions remain unchanged unless amended in writing. Preparing and Submitting your Quote: Offerors shall provide pricing for the above items inclusive of shipping costs (FOB Destination) to the South Dakota Air National Guard, 1201 West Algonquin St, Sioux Falls, SD 57104-0264. To facilitate the most expeditious and equitable evaluation process possible, please use the attached quote sheet for providing requested pricing information. Your firm's standard quote documents can also be submitted but please ensure all the information requested in the attached Quote Sheet is included. Be sure to submit/attach enough additional information to enable the Government to fully ascertain the specifications/capabilities of the equipment quoted. All questions and quotes must be directed to Eric Comes at: email: eric.l.comes.mil@mail.mil. Quotes are due 5:00 PM CT, Wednesday August 12, 2015. Evaluation: The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated using price, technical, delivery, and past performance factors. Technical, delivery and past performance factors, when combined, are approximately equal when compared to price. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; FAR 52.204-7, System for Award Management; FAR 52.204-10, Reporting Executive Compensation; FAR 52.209-6, Protecting Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5 DEV, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Equal Opportunity for Workers With Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-11, Ozone-Depleting Substances; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.225-18, Place of Manufacture; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; FAR 52.232-1, Payments; FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management; FAR 52.233-2, Service of Protest; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.243-1, Changes -- Fixed-Price; FAR 52.247-34, FOB Destination; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 ALT A, System for Award Management; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance System; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023, Transportation of Supplies by Sea. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/. Additional required clauses other than those listed above may be included as Addenda on the award document.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA39-1/W912MM15T0038/listing.html)
 
Place of Performance
Address: 114 FW/MSC South Dakota ANG, 1201 West Algonquin Street Sioux Falls SD
Zip Code: 57104-0264
 
Record
SN03824769-W 20150807/150805235115-b8c584103c6be838a8208812cce3a4a5 (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.