Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2005 FBO #1343
SOLICITATION NOTICE

74 -- FAX SERVER SOFTWARE AND SUPPORT

Notice Date
7/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
Reference-Number-192A100
 
Response Due
8/1/2005
 
Archive Date
8/16/2005
 
Small Business Set-Aside
Total Small Business
 
Description
FAX SERVER SOFTWARE AND SUPPORT The 12th Contracting Squadron at Randolph AFB intends to award a contract for the purchase of items listed in the Description of Supplies. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being accepted and a written solicitation will not be issued. This requirement is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. The NAICS Code is 334119; size standard 1,000 employees. IAW Far Subpart 19, this procurement is set-aside for small businesses. A Firm Fixed Priced Award will be made in accordance with the following Description of Supplies. DESCRIPTION OF SUPPLIES A. Successful offeror will provide the following: 1- Server Software, unlimited users, 4 ports 20- Components, additional ports 3- Year Support ? PLUS 1- Installation Service 1- Faxboard with onboard T1/PRI interface uPCI (TR1034 Series, 24 Port v.34) B. Place of Performance - Randolph AFB, TX 78150. C. Period of Performance is TO BE ANNOUNCED, but not later than 30 Sept 2005. D. Installation listed above will include: Pre-install checklist completed by Randolph AFB personnel. Pre-Install conference call to review checklist and ensure that systems are properly configured (Win2k or Win2k3 install, plus MS Office 2K3 for best office document conversion. Discuss Telecom device. T1 RBS or PRI provisioning reviewed. Installation (work at site) Confirm T1 provisioning with T-bird Test unit Install Brooktrout Intelligent Fax Card and confirm its operation Install Enterprise Fax Server and connect it to Exchange/Active Directory. Configure LDAP lookup for inbound routing and outbound fax cover page, and fax top-line information. Configure inbound routing rules Configure outbound routing rules Confirm each Telco Channel is operational and configure for mode Review overall server operation and general maintenance with Randolph AFB designated server administrator. CONTRACT TERMS AND CONDITIONS Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. In determining best value, conformance to the Description of Supplies is significantly more important than price. The price factor is significantly more important than past performance. Interested parties capable of providing the above must submit a written price quote to include discount terms, cage code, and firms evidence of their ability to perform. Each offeror will be required to have three (3) clients complete and submit a Questionnaire (supplied by this office) to be used for Past Performance Evaluation. (Contact points of contact below for electronic copy of Past Performance Evaluation Questionnaire.) All responses will be considered, but must be submitted on the requirement included in this synopsis. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, visit http://www.ccr.gov. Responses to this notice shall be provided in writing via e-mail to George Sievers (george.sievers@randolph.af.mil) and TSgt Anthony Smith (anthony.smith2@randolph.af.mil) respectively, no later than 11:30 AM CST on 01 August 05. Offerors must also include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items that can be obtained at http://farsite.hill.af.mil - FAR - Part 52 or online at http://orca.bpn.gov. 52.252-1 -- Solicitation Provisions Incorporated by Reference. Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following clauses also apply: 52.212-4 Contract Terms and Conditions-Commercial Items. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of: (1) Administrative changes such as changes in the paying office, appropriation data, etc. (2) No cost amended shipping instructions (ASI) if (A) The ASI modifies a unilateral purchase order, and (B) The contractor agrees verbally or in writing, (3) Any change made before work begins if (A) The change is within scope of the original order, (B) The contractor agrees; ( C ) The modification references the contractor?s verbal or written agreement. 52.204-7, Central Contractor Registration; 52.212-5, Contract Terms and Conditions ? Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items with these additional FAR clauses marked: 52.219-6 -- Notice of Total Small Business Set-Aside, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.222-41, Service Contract Act of 1965, as amended; 52.222-48, Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment -- Contractor Certification; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.232-18 -- Availability of Funds 52.204-7004, Required Central Contractor Registration; 52-252-1, and 52.252-2, Clauses Incorporated by Reference (Feb 1998). The full text of this clause may be accessed electronically at http://farsite.hill.af.mil In addition, DFAR 252-212-7001 with these additional clauses being applicable: 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Report of Intended Performance Outside the United States; 252.225-7002, Qualifying Country Sources as Subcontractors, (a) Definition. Qualifying country, as used in this clause, means any country set forth in subsection 225.872-1 of the Defense Federal Acquisition Regulation (FAR) Supplement. (b) Subject to the restrictions in section 225.872 of the Defense FAR Supplement, the Contractor shall not preclude qualifying country sources or U.S. sources from competing for subcontracts under this contract.; Section 508, Rehab Statement.
 
Place of Performance
Address: Randolph AFB, TX
Zip Code: 78154
Country: USA
 
Record
SN00857914-W 20050731/050729212048 (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.