Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2005 FBO #1346
SOLICITATION NOTICE

70 -- Telephone System Upgrade (Nortel Meridian 1 System)

Notice Date
8/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
517310 — Telecommunications Resellers
 
Contracting Office
Equal Employment Opportunity Commission, Office of the Chief Financial Officer & Administrative Services, Procurement Management Division, 1801 L Street, N.W., Room 2505, Washington, DC, 20507
 
ZIP Code
20507
 
Solicitation Number
RFQ-05-106
 
Response Due
8/10/2005
 
Archive Date
8/25/2005
 
Small Business Set-Aside
Total Small Business
 
Description
THIS REQUIREMENT IS SET ASIDE FOR SMALL BUSINESS CONCERNS. 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; and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Quotations are being requested pursuant to this announcement. All responses shall reference Solicitation No. RFQ050106. This solicitation incorporates all of the applicable provisions and clauses in effect through FAC 05-04, as if stated in full text, as well as the terms and conditions of FAR 52-212-01. The EEOC anticipates award of a firm-fixed price commercial items contract as a result of this solicitation. In accordance with Federal Acquisition Regulation (FAR) 19.5022-2(a), this solicitation is being reserved exclusively for small business concerns. This solicitation is Set Aside for small business. The applicable NAICS code is 517310 and the size standard in number of employees is 1500. CONTRACT LINE ITEM NUMBERS (CLINS): The EEOC Headquarters telephone system is a Nortel Meridian 1 system. The items (0001 thru 0025) included in this solicitation are in support of an existing Nortel telephone system/equipment. The Pricing Schedule shall be for the following BRAND NAME DESCRIPTION ITEMS ONLY (Nortel Meridian 1 System). NO EQUIVALENT ITEMS WILL BE ACCEPTED: Item No 0001: (quantity 1 ea) Cardcage Upgrade to Cp-Pii DC (NTHU36DA) Item No 0002: (quantity 2 ea) Pack Core (NT4N65AC) Item No 0003: (quantity 2 ea) PWR Supply DC CE CEPS-DC (NT6D41CA) Item No 0004: (quantity 2 ea ) Side Trim Assy./Die Cast (NT9D18AA) Item No 0005: (quantity 1 ea) Cable 14 CC-CDT12/DDP/DDP2 (NTCG03AA) Item No.0006: (quantity 1 ea) Cable 4 CC-CDT12/DDP/DDP2 (NTCG03AC Item No.0007: (quantity 2 ea) Cable Digital Trunk I/F 7ft (NTCG03AD) Item No.0008: (quantity 1 ea) Signaling Server R4 (NTDU27DB) Item No.0009: (quantity 1 ea) Opt81/81CC Processor Upg to CPP (NTE900PF) Item No.0010: (quantity 1 ea) Opt81/81C FNF Upgrade (NTE900PG) Item No.0011: (quantity 240 ea) 1 Adv Net ACD Agent License (NTE904GA) Item No.0012: (quantity 1 ea) Upg Network Group to FNF-Grp0 (NTHU37AA) Item No.0013: (quantity 2 ea) UPG NWK GRP to FNF (NOT GR 0) (NTHU38AA) Item No.0014: (quantity 2 ea) Cable Assy CNI to 3PE 6ft (NTND14BA) Item No.0015: (quantity 2 ea) Cable CNI to 3 PE 25ft (NTNB14BE) Item No.0016: (quantity 2 ea) Clock Controller PC Pack (NTRB53AA) Item No.0017: (quantity 6 ea) Cable 6.5 FIJI Fiber SonetRing (NTRC48AA) Item No.0018: (quantity 1 ea) PWR Cord 9.9ft 11CM 125VA (NTTK14AB) Item No.0019: (quantity 4 ea) Panel cPCI Card Slot Filler (PP0605337) Item No.0020: (quantity 1 ea) OKTM 11.2/2.X Upg to 2.2 Gen (NTTL25AF) Item No.0021: (quantity 1,200 ea.) Software Rel SVC- Basic-SL811 (GW5500811) Item No.0022: (quantity 1,200 ea) SRS CS1000 SW Transition Fee (N0010386) Item No.0023: (quantity 1 ea) SRS Maximum Upgrade Charge (SVOM0029) Item No. 0024: (quantity 1 ea) IP Peer Networking for the Nortel Communication Server 1000 System, Rel. 4.0 (0784C) Item No. 0025: (quantity 1 ea) IP Line and the Nortel Communication Server 1000M, Rel 4.0 (6322C). SHIPPING INFORMATION: Item requires direct delivery to Equal Employment Opportunity Commission, Office of Information Technology, 1801 L. St. NW, Washington, DC 20507. Anticipated Delivery Date: 9/09/05. Due to number of items, the shipment should be coordinated through the EEOC-Office of Information Technology. Vendors are encouraged to submit quotes indicating the shipping cost for the above items, if applicable. Complete shipping address and Points of Contact will be provided upon award. INSTRUCTION TO OFFERORS: All questions pertaining to the RFQ shall be submitted electronically to Caroline A. Fowler at caroline.fowler@eeoc.gov, with a cc: to Greta Nettles at greta.nettles@eeoc.gov. All questions regarding the RFQ are due by 3:00 PM on August 8, 2005. Receipt of late questions will not result in an extension to the response due date. Quoters shall address the requirements with the evaluation factors in mind (see Evaluation Factors for Award below). Prices for the services described in this RFQ shall be submitted in the format shown in the section entitled Contract Line Item Numbers (CLIN). Quoters shall break down each CLIN by unit price and total price for each item. Quoters shall include the price for this requirement in their firm fixed price for each Contract Line Item Number (CLIN). The following provisions apply to this solicitation: 52.211-6 BRAND NAME OR EQUAL (AUG 1999);52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JAN 2005) and 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAR 2005). Quoters must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items in their quote. Quotes must be good for a minimum of sixty (60) days. EVALUATION FACTORS FOR AWARD: The Government intends to evaluate quotations and make an award without discussions with quoters Therefore, the quoter's quote should reflect the quoters best terms from a price and technical standpoint. The Government reserves the right to conduct discussions, if the Contracting Officer later determines them to be necessary. The technical evaluation factors are as follows: technical; price and past performance. (Past Performance factor includes the experience of the quoter in providing the required supplies and services to other other federal, state, or local governments or private contracts). The quoter shall provide a minimum of three (3) personal references and any other additional information(Additional information shall not to exceed 5 pages. Each reference shall include a point of contact (including telephone number), contract title, contract number, period of performance, dollar amount and description of work performed for the same or similar type services. Technical and past performance is more important than price. BASIS OF AWARD: Quotes that do not conform to all requirements will be rejected without further consideration. Award will be made to the responsible quoter who satisfies all requirements and whose quote is determined to offer the best value and is most advantageous to the Government. The award shall be based on best value to the Government. Method of Payment: The Government intends to make payment via the Governmentwide Commercial Purchase Card. The following clauses cited at FAR 52.212-4 - Contract Terms and Conditions - Commercial Items(OCT 2003); FAR Clause 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items ( July 2005, See those that apply); 52.247-34 ? F.O.B. Destination (Nov 1991); and 52.252-2 Clauses Incorporated by Reference (FEB 1998). (NOTE: All of the above mentioned clauses and provisions are available at http://www.arnet.go). Quoters must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov). RESPONSE DATE: The response date is August 10, 2005 at 2:00 p.m. (Washington, DC local time). Your quotation in response to RFQ No. 05106 should be sent on or before the closing date and time to the following address: U.S. Equal Employment Opportunity Commission, Procurement Management Division, 1801 L Street, N.W., Room 2505, Washington, D.C. 20507 Attn: Caroline A. Fowler, Contracting Officer. Subject line on written correspondence should read something similar to RFQ No. 05l06, Telephone System Upgrade. Faxes must have the name Caroline A. Fowler in the ?TO? area; the RFQ number and project title; and the total number of pages. POINTS OF CONTACT (POC): The primary POC is Caroline A. Fowler, Contracting Officer, Phone (202) 663-4219, Fax (202) 663-4178, Email caroline.fowler@eeoc.gov . The alternate POC is Greta Nettles, Contractor Acquisition Support Specialist, Phone (202) 663-4214, Email: greta.nettles@eeoc.gov. Please cc Ms. Nettles on all questions or inquiries, including e-mails.
 
Place of Performance
Address: 1801 L St, NW., Washington, DC
Zip Code: 20507
Country: US
 
Record
SN00859576-W 20050803/050801212534 (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.