SOLICITATION NOTICE
58 -- Voicemail / Auto Attendant System - PWS
- Notice Date
- 2/23/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W911N2) LEAD - (SPS), 1 OVERCASH AVE KO, BLDG 2 SOUTH, CHAMBERSBURG, Pennsylvania, 17201-4150, United States
- ZIP Code
- 17201-4150
- Solicitation Number
- W911N2-16-Q-0008
- Archive Date
- 3/19/2016
- Point of Contact
- Robert M. Washinko, Phone: 7172675562
- E-Mail Address
-
robert.m.washinko.civ@mail.mil
(robert.m.washinko.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement This is a 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. The solicitation number for this procurement is W911N2-Q-16-0008 and this is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement is posted as unrestricted. The anticipated award will be a Firm Fixed Price Contract. The solicitation shall incorporate provisions and clauses that are in effect through the Federal Acquisition Regulation. The North American Industry Classification System (NAICS) code is 334210. The Small Business size standard for this code is 1,000 employees. Requirement is for: CLIN 0001 Provide Voicemail / Auto Attendant System Qty 1 EA CLIN 0002 Installation Qty 1 EA CLIN 0003 Travel Expenses Qty 1 EA The system required must be equal or equivalent to the Callware Technologies Callegra.UC Voice Messaging System in accordance with the attached Salient Characteristics. All interested providers must be able to meet the required standards for installation and service of their products as outlined in the attached Performance Work Statement (PWS). All items shall be delivered FOB Destination to Letterkenny Army Depot, Chambersburg, PA 17201. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (APR 2014) applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price, Technically Acceptable. The Government intends to evaluate and award a contract without discussions with offerors. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) ADDENDUM TO FAR 52.212-2, BASIS OF AWARD: A. General Information: 1. The basis of award will be the Lowest Priced, Technically Acceptable offer. Proposals that are unrealistic in terms of Technical Requirements or Price may be rejected at any time during the evaluation process. Offerors must receive a rating of Technically Acceptable in all factors/subfactors in order for their overall proposal to be determined Technically Acceptable. 2. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, and technical requirements. 3. The Government intends to make award without discussions, unless the Contracting Officer determines that discussions are necessary. Offerors should provide their most favorable prices in their initial offers. B. Non-Price Evaluation Factors: 1. Factor 1- Technical: Offeror shall provide proof that their product is a Joint Interoperability Test Command (JITC) certified product. 2. Factor 2 - Past Performance: The Offeror shall provide three recent and relevant Government or private sector projects completed within the past three years that demonstrates the ability to perform the requirements in this solicitation. The Offeror shall identify the contract title, contract number, dollar value, client name and address, location of work, point of contact with telephone number. C. Proposals will be evaluated initially independently of the price to determine the Offerors' ability to meet the Government's requirement set forth in the solicitation. The Government may make a final rating determination based on the proposal as submitted without requesting any further information. For all proposals determined to be Technically Acceptable, the offer providing the lowest price will receive the contract award. 1. Offerors' technical proposals will receive an overall rating based on the following: (a) Technically Acceptable: Offeror meets all requirements or technical specifications or has submitted all documentation requested in any technical evaluation criteria and all documentation meets the standard set forth in the solicitation. (b) Technically Unacceptable: Offeror fails to meet all requirements or technical specifications or has failed to comply in submitting requested documentation in any technical evaluation criteria or the submitted documentation fails to meet the standard set forth in the solicitation. 2. Evaluation of past performance will be performed only on proposals that receive a technically acceptable rating on technical evaluation factors. Offerors' past performance information will receive an overall rating based on the following: (a) Acceptable: Based on the Offeror's performance record, the Government has a reasonable expectation that the Offeror will successfully perform the required effort, or the Offeror's performance record is unknown. An Offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, shall be determined to have unknown past performance. In the context of acceptability or unacceptability, "unknown" shall be considered "acceptable." (b) Unacceptable: Based on the Offeror's performance record, the Government has no reasonable expectation that the Offeror will be able to successfully perform the required effort. (End of provision) FAR 52.204-7 System for Award Management Registrations (Deviation) (JUL 2013) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) FAR 52.204-16 Commercial and Government Entity Code Reporting. (NOV 2014) FAR 52.204-17 Ownership or Control of Offeror (NOV 2014) FAR 52.204-18 Commercial and Government Entity Code Maintenance (NOV 2014) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (MAR 2015) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2015) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) (JUL 2014) FAR 52.219-28 Post-Award Small Business Program Representation (JUL 2013) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and remedies (JAN 2014) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (APR 2015) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (JUL 2014) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-1 Buy American Act-Supplies (MAY 2014) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.247-34 F.o.b Destination (NOV 1991) FAR 52.252-1 Solicitation Provisions incorporated by reference (FEB 1998) FAR 52.252-2 Clauses incorporated by reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (NOV 2014) DFARS 252.232-7003 Electronic Submission of Payment Requests (JUN 2012) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) DFARS 252.232-7010, Levies on Contract Payments (DEC 2006) DFARS 252.243-7001, Pricing of Contract Modifications (DEC 1991) Point of Contact: Contract Specialist: Robert M. Washinko, Phone: (717)267-5562, FAX: (717)267-9834, e-mail Robert.m.washinko.civ@mail.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) All Amendments, if applicable, must be acknowledged; 3) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 4) Facsimile and email offers will be accepted 5) Contractors are required to be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) to be eligible for award. Response Time- Request for Quotation will be accepted at the Letterkenny Army Depot, 1 Overcash Ave, ACC-Redstone-LEAD, Bldg 2S, Chambersburg, PA 17201 not later than 9:00 a.m. Eastern Daylight Time on 04 Mar 2016. All quotes must be marked with RFQ number and title. The government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documents posted on FBO will not be made available.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2878a3509da3c7e5e8a131b424947d7d)
- Record
- SN04028117-W 20160225/160223235157-2878a3509da3c7e5e8a131b424947d7d (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 |