Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2004 FBO #1056
SOLICITATION NOTICE

D -- PBX PHONE MAINTENANCE

Notice Date
10/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
USPFO for Vermont, Camp Johnson, Building 3, Colchester, VT 05446-3004
 
ZIP Code
05446-3004
 
Solicitation Number
W912LN-05-T-0001
 
Response Due
10/28/2004
 
Archive Date
12/27/2004
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis / solicitation for commercial items provided in accordance with the format in Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propos als are being requested and a written solicitation will not be issued. Solicitation W912LN-05-T-0001 is issued as a Request for Quote (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-24. This procurement i s a total small business set-aside. The NAICS code and small business size standard for this procurement are 811213 and $6.0 MILLION respectively. The quoter must state in their quotation their size for this procurement. USPFO for VT, VT-PFO-PC, 789 VT National Guard Rd, Colchester VT 05446, has a Firm Fixed Price requirement for: PBX Phone Maintenance: Definity G3SI software version 11 (3 Locations), Definity 1 software version 10 (1 Location), Intuity Audix (1 Location) and Intuity LX (1 Location). A full copy of the RFQ and SOW will be requested by contacting the following personnel. POC is Gordon Lesperance, Contracting Officer gordon.lesperance@vt.ngb.army.mil 802-338-3229, or, Erin Sulham, Purchasing Agent erin.sulham@vt.ngb.army.mil, 802-338-31 88. The performance period will be 12 months from date of contract award. Contractor shall provide all materials, labor, and transportation necessary to provide the above mentioned services. The following clauses and provisions can be viewed through Int ernet access at the AF FAR site, http://farsite.hill.af.mil. The following FAR provisions and clauses apply to this acquisition: 52.204-7, Central Contractor Registration. FAR 52-212-1, Instructions to Offers-Commercial Items. Offers must include with their offer a completed copy of provisions at FAR 52-212-3, Offeror Representation and Certifications-Commercial Items; and DFARS 252-212-7000, Offeror Representation and Certifications-Commercial Items. FAR 52-212-4 Contract Terms and Conditions-Commerc ial Items; FAR 52-212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52-222-35 Affirmative Action for Special Disable and Vi etnam Era Veterans; 52-222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.232-33 Payment by Electronic Funds Transfer; DFARS 252.204-7004 Alt A, Required Central Contractor Registration Alt A; DFARS 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7001 Buy American Act and Balance of Payment P rogram; 252.247-7023 Alt III, Transportation of Supplies by Sea. Offers must be sent in writing, faxed (802-338-3184), or emailed to the Contracting Officer above not later than 11:00 a.m. 28 October 2004. Award will be made on or about 1 November 2004 . Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) prior to receiving and contract award. You can register in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. The government wi ll award a contract resulting from this solicitation to a responsible quoter whose quote conforms to this solicitation and is considered most advantageous to the Government. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Governments requirement. If any of the items being quoted are under GSA schedule, provide the schedule number and ordering information. All responsible sources may subm it an offer, which, if timely received will be considered.
 
Place of Performance
Address: USPFO for Vermont Camp Johnson, Building 3, Colchester VT
Zip Code: 05446-3004
Country: US
 
Record
SN00694877-W 20041017/041015211902 (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.