Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2006 FBO #1760
SOLICITATION NOTICE

70 -- Migration of the MINX System - Video Teleconference (VTC) to Pipe IP DVSG

Notice Date
9/19/2006
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
W911W4-06-T-259M
 
Response Due
9/21/2006
 
Archive Date
11/20/2006
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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. In accordance with FAR 6.302-1(c) the line items are BRAND NAM E OR EQUAL. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The Purchase Request number is W81GNN6244N301 and W81GNN6244N301 and the solicitation is issued as a r equest for quotation (RFQ) (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 05-12. (iv) This solicitation is a 100% Service-Disabled Veteran Owned Small Business Set-Aside. The asso ciated NAICS code is 541512, and the small business size standard is $23.0 million. (v) This requirement consists of 0024 Line Item(s): Description: Migration of MINX System to Pipe IP DVSG. SEND EMAIL REQUESTS FOR COMPLETE DESCRIPTION TO THE DESIGNATED CONTRACT SPECIALIST BELOW. (vii) Delivery is requested no later than 30 days from date of contract award. FOB shall be destination, and shipping should be included in the unit price. (viii) The provision at 52.212-1, Instructions to Offerors Com m ercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation Commercial Items, applies to this solicitation. Paragraph (a) of FAR 52.212-2 is added to read: Lowest price technically acceptable. The contractor certifi es that it can meet the delivery date by submitting a quotation. (x) The provision at 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this solicitation. The contractor shall be registered in the Online Repres entations and Certificat ions Application ORCA at http://orca.bpn.gov/. (xi) The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition Paragraph (o) is changed to read: The contractor shall provide al l standard commercial warrantie s to the government. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identifie d at paragraph b of FAR 52.212-5 are c onsidered checked and are applicable to this acquisition: (5), (14), (15), (18-20), (22-24) and (31). (xiii) The clause at 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, appl ies to this acquisition. The clause at 52.24 3-1, Changes, applies to this acquisition. The clause at 52.249-1, Termination for the convenience of the government applies to acquisition. The clause at 52.252-2, Clauses Incorporated by Reference, applies to this acquisition. The clause at 252.204-70 03, Control of Government Personnel Work Product, applies to this acquisition. The clause at 252.204-7004 (Alt A), applies to this acquisition. The clause at 252.243-7001, Pricing of Contra ct Modifications, applies to this acquisition. The following sub -paragraphs identified within DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are considered checked and are applicable to this acquisition: DFARS 252.225-7001, DFARS 252.247-7023 (Alternative III), and DFARS 252.225-7036 Alternate I; The clause at 252.232-7003, Electronic Submission of Payment Requests, applies to this acquisition. Award can only be made to contractors registered in the Cen tral Contractor Registration web page, http://www.ccr.gov. (xiv) The Defense Priorities and Allocation System (DPAS) is not applicable to this acquisition. (xv) Federal Busi ness Opportunities Numbered Note 29 applies; The proposed contract is set-aside for Service-Disabled Veteran-Owned small business concerns. Offers from other th an Service-Disabled Veteran-Owned small business concerns will not be considered. (xvi) The solicitation due date is 21September 2006, 12:00 PM EST. (xvii) The assigned contract specialist is Mercedies Williiams (Army Contractor), and can be reached at 703-428 -4568 or email Mercedies.williams@us.army.mil. You may fax your quotes to 703-428-4914. ISSUED BY: CDR, HQ-USAINCOM DUE BY: 21 Sep 2006 8825 BEULAH STREET FORT BELVOIR, VA 22060 ATTN: Mercedies Williams FAX: 703-428-4914 E-Mail: Mercedi es.Williams@us.army.mil THE GOVERNMENT WILL AWARD A CONTRACT RESULTING FROM THIS REQUEST FOR QUOTE (RFQ) TO THE RESPONSIBLE CONTRACTOR WHOSE OFFER CONFORMS TO THIS RFQ AND WILL BE MOST ADVANTAGEOUS TO THE GOVERNMENT. PRICE, DELIVERY, WARRANTY and TECHNICAL CAPABILITY WILL BE T HE DETERMINING FACTORS FOR AWARD) AWARD WILL ONLY BE MADE TO CONTRACTORS REGISTERED ON http://www.ccr.gov and http://orca.bpn.gov ALL QUOTATIONS FOR EQUALS SHALL PROVIDE ALL SPECIFIC CHARACTERISTICS. PLEASE PROVIDE DESTINATION PRICING. CONTRA CTOR NAME AND ADDRESS: __________________________________ __________________________________ __________________________________ DUNS:____________________________ CAGE:____________________________ Prices Good for ________ days Discount T erms: _____ % ________ days Net 30 FAX Number: ______________________ POC:_________________________________ E-Mail Address: __________________________ Telephone Number: __________________________ Tax Payer Identification Number____________________ Contract No:________________________ Expiration Date:________________ Total Bid:__________________________ Min/Max: _____________________ Free On Board (F.O.B) Point: _____________________________ (If, Destination Shipping/Handling Incl uded in Unit Price) Warranty: __________________________________
 
Place of Performance
Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA
Zip Code: 22060-5246
Country: US
 
Record
SN01148382-W 20060921/060919221303 (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.