Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2007 FBO #1916
SOLICITATION NOTICE

70 -- Technical Support and Onsite Equipment Maintenance

Notice Date
2/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Acquisition Services Division (9TE), 1301 Clay Street, Suite 280S, Oakland, CA, 94612, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
9T7NJBIS103-BOM
 
Response Due
2/27/2007
 
Archive Date
3/14/2007
 
Description
This is a combined Synopsis/Solicitation. The reason this is placed under the Presolicitation Notice heading is to accommodate the attached excel spreadsheet. The system does not allow for attachments under the Synopsis/Solicitation field. Description: (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Awards will be made in IT Solutions; therefore, registration in GSA IT-Solutions Shop (ITSS) is required http://web1.itss.gsa.gov offerors must verify complete business mailing address, contact name, phone number, fax number, remittance address and email address. In order to further the Government policy of maximizing electronic commerce and making the acquisition process optimally cost effective, all future amendments and any other official communications, if any, from the agency regarding this solicitation will be distributed via www.fbo.gov. Quote Validation Date quote must be valid for at least 30 days. Quote response must be inclusive of the Section 508 Rehabilitation Act Compliance Statement. Offeror must acknowledge compliance. Offeror must state no later than Delivery Dates or Period of Performance Dates use calendar date(s). Include State Federal Tax Identification (TIN) and Dun and Bradstreet (DUNS) number(s). Quote must include the terms and conditions for returns and exchanges as well as any restocking fees. Offerors must identify if returns or exchanges are not accepted. Offerors must indicate whether the Equipment Maintenance is treated as a service or commodity. (II) The solicitation for commercial items is issued by the U.S. General Services Administration (GSA), Northern California Area Team (NCAT), Federal Technology Service (FTS) on behalf of the Department of Defense, Defense Manpower Data Center (DMDC) located in Seaside, California. (III) The solicitation number is 9T7NJBIS103. This number is also used for this Request for Quote (RFQ). The Government may transmit or post any common questions and answers regarding this solicitation to all interested parties. (IV) Documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-13. (V) This solicitation is issued on an unrestricted basis. (VI) Description of Requirement: Onsite Equipment Maintenance and Technical Support for APC UPS Equipment as identified in the attached Bill of Materials. Offerors must include pricing for the each item for the desired service level. (VII) The following Federal Acquisition Regulations clauses apply to this solicitation and any subsequent award: (Clause 1) 52.212-1 -- Instruction to Offerors -- Commercial Items. (Jan 2006) is hereby incorporated into this solicitation by reference and the following additional instructions apply: Past Performance is included as an evaluation factor: submit at least two (2) past performance records for work performed within the last three (3) calendar years prior to February 21, 2007, include contact information. (Clause 2) 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) is hereby incorporated into this solicitation in full text as follows: a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Past Performance -- Complete two (2) past performance records and return with quote for evaluation (records must be inclusive of all contact information). (Sub factors: Quality of Past Work Performed, Timeliness of Past Performance, Customer Satisfaction) Technical Capabilities and Qualifications (Sub factors: Meet desired Service Levels indicated in the Bill of Materials) Cost/Price (Sub factors; Price and Cost Realism and Completeness Cost Reasonableness) Awards will be based on lowest-priced technically acceptable quotes. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offerors specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (Clause 3) (52.212-3) -- Offeror Representations and Certifications -- Commercial Items (Mar 2005) offeror are reminded to complete on-line representations and certifications at http://orca.bpn.gov prior to the RFQ closing date and before submitting an offer in response to this solicitation. (Clause 4) 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Sept 2005) is incorporated by reference. (Clause 5) 52.212-5 -- Contract terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Feb 2006) is hereby incorporated into this solicitation in full text in the attached solicitation additional clauses document and the following paragraphs, (a), (b) 1, 14, 15, 16, 17, 18, 19, 20, 31 apply to this solicitation and any resulting contract. (Other applicable clauses) The following clauses are also applicable to this acquisition and are hereby incorporated into this solicitation by reference: 52.204-7 -- Central Contractor Registration 52.233-3, Protest after Award; 52.243-1, Changes-Fixed Price Alternate 1 (Apr 1984) 52.252-2, Clauses Incorporated by Reference (for a full text version of these clauses, go to www.arnet.gov or http://farsite.hill.af.mil); 252.204-7004 Alt A, Required Central Contractor Registration; 252.232-7003, Electronic Submission of Payment Requests: Other applicable clauses) The following clause is applicable to this acquisition and is hereby incorporated in this solicitation in full text in the attached solicitation additional clauses document. 52.222.22, Previous Contracts and Compliance Reports; (IX) Closing Date and Time: Tuesday, February 27, 2007, 5:00 p.m. PST. (X) Offerors must submit Cost Quotation, via email to the Technical Project Advisor and Contracting officer by the closing date and time of this solicitation. (XI) If offeror does not have access to email, offeror must mail offer to: Chris Matthews U.S. General Services Administration 450 Golden Gate Avenue 5th Floor, East Tower San Francisco, California 94102 The NCAT Office is located in a secure federal building. If offers are hand delivered, please ensure that any courier is instructed to allow sufficient time for access to the facility. All proposals shall be clearly marked with the RFQ Number 9T7NJBIS103. All offerors are hereby notified that if your proposal is not received by the date/time and at the location specified in this notice announcement, this it will be considered late/non-responsive. (XIII) Please direct any questions regarding this solicitation to the Technology Project Advisor, Mr. Josh Barrak at josh.barrak@gsa.gov or (408) 842.6223.
 
Place of Performance
Address: Defense Manpower Data Center (DMDC), 400 Gigling Road Seaside, California,
Zip Code: 93955-6771
Country: UNITED STATES
 
Record
SN01237190-W 20070224/070222221346 (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.