Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2006 FBO #1537
SOLICITATION NOTICE

99 -- Commercial Off the Shelf (COTS) Buy for CISCO Software Maintenance (Consolidated Order) annual Software & Hardware Maintenance for over 4,000 routers, switches, and firewalls.

Notice Date
2/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-06-B-F007
 
Response Due
2/14/2006
 
Archive Date
4/15/2006
 
Small Business Set-Aside
N/A
 
Description
REVERSE AUCTION INSTRUCTIONS AND AGREEMENT: 1. The United States Communications-Electronics Life-Cycle Management Command (C-E LCMC) (formerly CECOM) will conduct a competitive, anonymous, on-line reverse auction for the requirements specified below. The Web address to gain access to the auction is http://usave.monmouth.army.mil. The specific time for this reverse auction will be Feb 21, 2006, 2:00PM Eastern Standard Time. Delivery will be in accordance with the specified delivery schedule stated in attachment 001. The contractors shall sign and return this agreement in addition to Documentation of Certified Gold Partnership. and Representations and Certification (see attached Reps & Certs)to the Contracting Officer at C-E LCMC (to receive a user ID and password for the reverse auction) by 3:30PM Eastern Standard Time on Feb 14, 2006. Please submit the following information for user name and password assignment: First and Last Name, company name, mailing address (street, city, state & zip), cage code, phone #, e-mail address, and time zone. All a pproved vendors will be provided a user name and password, training date and POC via e-mail prior to start of auction. The web address to gain access to the auction will also be provided along with the contractors user name and password. Point of contac t for this requirement is Contract Specialist, Desiree Pendleton, 732-532-8355 or via e-mail Desiree.Pendleton@mail1.monmouth.army.mil. The bidders agree to meet each requirement specified and only offer items that meet or exceed these requirements. 2. By participating in this Reverse Auction you grant the government the right to disclose your price; however, your name will be kept anonymous. The Contracting Officer also reserves the right to suspend or cancel the Reverse Auction at any time. If the Contracting Officer Cancels the Reverse Auction, the solicitation may be processed following normal sealed bid procedures. 3. This a combined Synopsis/Solicitation for Commercial Item in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. All parties interested in doing business with C-E LCMC are invited to access, operate, send and receive information from the IBOP at http://abop.monmouth.army.mil; all attachments will be located here. The U.S. A rmy intends to procure the following item: CISCO Software Maintenance (Consolidated Order) Annual Software and Hardware Maintenance for over 4,000 Routers, Switches, and Firewalls. Two multi-page lists (referred to as attachments 001 & 002) provide the sp ecific items that require maintenance. For Bidding/Reverse Auction purposes only Attachment 001 will be used. In Attachment 001 the columns are titled as follows: Item Name, Service Item Name, Serial No., Begin Date, End Date, Qty, Unit Price, and Propose d Maintenance Price. All bidders shall use attachment 001 to fill-in the Unit Price and Proposed Maintenance Price columns for Year 1 (Basic), Option Year 1, and Option Year 2 (See labeled spreadsheet TABS). Both Attachments 001 and 002 will be required to be submitted by the winning contractor with final pricing filled in by February 22, 2006, 12PM Eastern Standard Time. The bids entered on the website during the reverse auction shall be the total price for all 4000 plus items for Year 1 (Basic), Option Year 1, and Option Year 2. Only CISCO Certified Gold Partners shall bid on this requirement. This maintenance requirement is for telephonic assistance only. CISCO Smartnet Maintenance will be provided 8 x 5 x Next Business Day (NBD) with the hardware replaced in order to return the unit to an operating posture. The period of performance for this buy is one-year (12-months) which will be fully funded, with two (2) unfunded one-year option periods. Ship to Addresses are as follows: DODAAC SHIP TO ADDRESS: W81B81 U.S. Army SEC - Belvoir Attn: Patti Jerman 6000 6th Street, Bldg 1464, Room S115A Fort Belvoir, VA 22060-5576 W91JPC US Army C-E LCMC, LSSO Attn: Nicholas Melvin (Rm 7.300) 1222 Spruce St. St. Louis, MO 63103-2834 W91QUS US Army C-E LCMC SEC IFS Greely Hall - Bldg 61801 Rm 2618 AMSEL-SE-WS-AI-H Fort Huachuca AZ 85613 W90W2B Us Army CE-LCMC, SEC ATTN: AMSEL-SE-WS-COM ATTN: Linh Trieu-Pham Rittko Ave Bldg 1210 Fort Monmouth, NJ 07703 W90W2B US Army C-E LCMC SEC AMSEL-SE-CD ATTN: Lee Gustafson Bldg 1210/Rittko Aven Fort Monmouth, NJ 07703 Delivery of Software licensing and documentation are to be provided to: Cdr, SEC-Belvoir, AMSEL-SE-IS-AD (ATTN:SEC CALM Tm), STOP C-30, 6000 6th Street, Suite S213A, Ft. Belvoir, VA 22060-5576 or electronically SEC-CALM-Spt-Tm@secbmail.belvoir.army.mil mai lto:SEC-CALM-Spt-Tm@secbmail.belvoir.army.mil. Shipments are to be FOB Destination. Inspection and Acceptance is Destination. Services on this contract shall commence within 10 days after contract award. Packaging and Packing shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). Bidders must propose on the full quantity only. A bidder shall not be permitted to submit any revised pricing other than the final price submitted during the Reverse Auction. Once the Reverse Auction is complete, the winning contractor shall submit a signed copy of their final bid prices to the point of contact above. Bidders/offerors have 24 hours from the time the Reverse Auction ends to submit attachments 001 and 002 with pricing filled in . ***Caution: unbalanced bids will cause Bidders/Offerors to be eliminated/found non-responsive (See FAR 14.404-2(g), 14.405) *** 4. The Governments starting price for this auction will be at a total net price of $6,200,000.00. Bids will be submitter in minimum decrements of $10,000.00. If a bid is submitted within the last four minutes, as indicated by the website server clock, of the time period specified for the reverse auction stop time, the time period shall be extended for an additional five minute period beyond the time of the original stop time. An offer during the reverse auction must differ from the market, leading offe r by at least the decrement identified on the auction detail page. If no bids are submitted within the extension period the reverse auction will close, i.e., within the last four minutes of the original scheduled stop time. Further, if an extension perio d is generated and a offer is submitted within the last four minutes within the extension period another five-minute extension period will be generated. There will be no limits on the number of extensions in each reverse auction. The market price will be the determining factor in closing the reverse auction. When no bids are submitted during the last four minutes of the extension period, then the auction will close. 5. By participating in the reverse auction, contractors certify they will not knowingly disclose there price to any other bidder except anonymously during the reverse auction. The Contractors further certify that anonymous disclosure of their price during the reverse auction shall not be for the purpose of restricting competition. 6. PROVISIONS AND CLAUSES applicable to this acquisition are as follows: 52.212-1, Instructions to Offerors  Commercial. Items (NOV 1999), no addenda included; FAR 52.212-2 Evaluation  Commercial Items; FAR 52-212-3 ALT I, Offeror Representations and C ertifications  Commercial Items (OCT 1999) and Alternate I (OCT 1998); FAR 52.212-4, Contract Terms and Conditions  Commercial Items (APR 1998), No addenda included; Far Clause 52-212-5, Contract terms and Conditions Required to Implement Status or Execu tive Orders  Commercial Items (JAN 2006), for Paragraph (b) the following clauses apply: (14), (16), (17) and (31); and DFARS 252.212-7001; FAR 52.227-01, Authorization and Con sent (JUL 1995); FAR 52.227-02 Notice and Assistance Regarding Patent and Copyright Infringement (AUG 1996); 52.227-03 Patent Indemnity (APR 1984); FAR 52.7025; FAR 52.7025 Place of Performance and Shipping Point (DEC 1987); FAR 52.7055 Mandatory Use of Go vernment to Government Electronic Mail; FAR 52.7630 Year 2000 Compliance (APR 2001); FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004); FAR 52.242-13 Bankruptcy (JUL 1995); FAR 52.204-7 Central Contractor Registration (OCT 2003); FAR 52.2 12-1 Instructions to OfferorsCommercial Items (JAN 2006); FAR 52.212-1; FAR 52.7050 Administrative Data/Instructions to Paying Office (MAR 1999); FAR 52.217-9 Option to Extend Term of Contract (MAR 2000); DFARS 252.204-7000 Disclosure of Information (DEC 1991); DFARS 252.232-7010 Levies on Contract Payments (SEP 2005); DFARS 252.212-7000 Offeror Representations & Certs-Commercial Items (MAR 2005);DFARS 252.204-7004; DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992); DFARS 252.232- 7003 Electronic Submission of Payment Requests (JUN 2000); DFARS 252.243-7001 Pricing of Contract Modifications (DEC 1991); The following clause is a local CECOM clause and all interested parties shall request a copy from the Contract Specialist; 52.7043, Standard Practice for Commercial Packaging and FULL TEXT OF THESE PROVISIONS AND CLAUSES, WITH NOTED EXCEPTION REGARDING LOCAL CLAUSES, MAY BE OBTAINED BY ACCESSING ANY OF THE FOLLOWING INTERNET WEBSITES: http://acqnet.sarda.army.mil or http://farsite.hill .af.mil. 7. BASIS FOR AWARD: At the conclusion of the reverse auction, the Government intends to make an award to the Contractor who submits the lowest price, and deemed acceptable and responsible by the Contracting Officer. The Bidders must bid on the full quantities as identified f or Year 1 (Basic), Option Year 1, and Option Year 2. The Contracting Officer reserves the right to make no award under this procedure. I hereby agree to the above: ____________________________ Contractor (Insert name and phone number) Authorized Agent
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00983375-W 20060210/060208212623 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.