Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2003 FBO #0475
MODIFICATION

D -- OCONUS VTC Maintenance Support

Notice Date
3/18/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE Washington Navy Yard, Washington, DC, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
N00033-03-T-9038
 
Response Due
3/19/2003
 
Archive Date
4/3/2003
 
Point of Contact
Kevin Spillane, Contract Specialist, Phone 202-685-5956, Fax 202-685-5965,
 
E-Mail Address
kevin.spillane@navy.mil
 
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, and using Part 13 procedures. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (i) Solicitation Number: N00033-03-T-9038. (ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-12. (iii) NAICS Code: 541519; Small business size standard: $18.0 million. (iv) Statement of Work: This solicitation is for Video Teleconference system maintenance support at OCONUS sites. The Contractor shall provide VTC system Maintenance Support as follows: Same day telephone support for the equipment listed below; Next day express parts shipment in support of the equipment listed below; Onsite technical support for the equipment listed below, as needed, in accordance with normal commercial practices; Capability of servicing all equipment listed below. The following is a description of the equipment and locations: (1) Naha, Guam ? VTEL WG500; (2) Naples, Italy ? Polycom Viewstation V.35; Ascend VSX BRI; AVSIM-366; AVS-449BYP. (3) Yokohama, Japan - Polycom Viewstation V.35; Ascend VSX BRI; AVSIM-366; AVS-449BYP. (4) Manama, Bahrain ? Polycom Viewstation V.35; Adtran ISU512 S/T; Adtran NT1 ACE3; AVSIM-366; AVS-449BYP. Period of Performance: Contract award ? 30 September 2003 (firm period), with four one-year options. Inspection and Acceptance: The Government will have 10 business days to review deliverables (work performed by the Contractor in accordance with Statement of Work above) and provide written comments to the contractor. Deliverables will be considered to have been accepted by the Government at the end of 10 business days if the Government review finds the deliverables acceptable. In the event deliverables, in whole or in part, are not acceptable to the Government, a mutual effort will be made to resolve all discrepancies in a timely manner. (v) The following five CLINs apply: CLIN 0001, Contract award (estimated 18 Mar 03) to 30 Sep 03; CLIN 0002, Option 1, 01 Oct 03 to 30 Sep 04; CLIN 0003, Option 2, 01 Oct 04 to 30 Sep 05; CLIN 0004, Option 3, 30 Sep 05 to 01 Oct 06; CLIN 0005, Option 4, 01 Oct 06 to 30 Sep 07. (vi) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition, with the following addendum: Offerors must submit the following information with proposals: (1) A detailed narrative describing how each of the specific tasks in the Statement of Work will be accomplished; Pricing on a lumpsum annual basis, prorated for the firm period, for the tasks in the Statement of Work; Identification of any tasks or parts thereof in the Statement of Work that either cannot be priced or must be priced separately, with an accompanying explanation; A statement that the offeror is capable of maintaining the equipment listed in the Statement of Work. (2) A brief narrative describing the offeror?s capabiilties and previous experience in performing similar tasks, including at least three references identifying customers for whom such services have been performed during the past three years. (vii) The provision at 52.212-2, Evaluation-Commercial Items applies. 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 an other factors considered. The following factors shall be used to evaluate offers: award will be made to the Low Cost, Technically Acceptable offeror with acceptable past performance. 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. (viii) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with proposals. (ix) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (x) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Clauses (12), (13), (15), (21), and (24) apply. (x) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies. (xi) Offers are due by 1200 hours local time, Tuesday, 11 March 2003. Proposals may be submitted via fax (202-685-5965) or email (Kevin.spillane@navy.mil). (xii) For further information contact Kevin Spillane at (202) 685-5956 or by fax or email as shown above.
 
Place of Performance
Address: Various OCONUS sites
 
Record
SN00282170-W 20030320/030319062130 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.