Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2010 FBO #2965
SOLICITATION NOTICE

N -- VTC Equipment Upgrade - SOW/LSJ

Notice Date
1/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Battle Creek, HDI Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
SP4707-10-Q-0024
 
Archive Date
2/4/2010
 
Point of Contact
David Stemple, Phone: 269-961-5372
 
E-Mail Address
david.stemple@dla.mil
(david.stemple@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Limited Sources Justification (LSJ) Statement of Work (SOW) 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; proposals are being requested and a written solicitation will not be issued. A.pdf copy of the required brand-name justification is included with this announcement. This is issued as a Request for Quotation (RFQ) # SP4707-10-Q-0024. Place of performance is Battle Creek, Michigan. Inspection, acceptance and F.O.B. are at destination, Battle Creek, Michigan. Delivery shall be no later than 30 calendar days after award date, unless otherwise specified in a quotation in response to this announcement or an attached Statement of Work (SOW). This acquisition is set-aside 100% for small business concerns and the associated NAICS code is 517919 with a SBA size standard of $25,000,000 in average annual receipts (Dollars). Offerors shall provide, at the minimum, a price for each contract line item number (CLIN) in their quote in addition to a total for all CLIN’s. Quotes with quantities of less than requested or products other than those requested will be deemed technically unacceptable. CLIN Descriptions: CLIN 001: Video Teleconference System (VTC) Equipment, 01 EA.** CLIN 002: Installation/ Labor and other Incidentals, 01 EA.** **See Attached Statement of Work (SOW). Agency needs dictate that interested offerors must be in compliance with the following additional requirements to be considered technically acceptable. Only new equipment is being solicited. Remanufactured or refurbished equipment, as defined in FAR 11.001, is technically unacceptable. Trade-in or exchange of old equipment is not available. Potential offeror must be an authorized Tandberg, Inc. partner/ reseller to provide the brand name requirements, per standard commercial industry practices. The mandatory site visit/ site survey must be completed before submitting a response to this announcement, further any offeror must comply with all other requirements specifically outlined in the attached Statement of Work (SOW). Failure to comply with any of the previous requirements will result in removal from consideration. The sole evaluation factor for award is; lowest-price, technically acceptable. Any resulting contract or order will be firm-fixed price. Place “SP4707-10-Q-0024” in the subject field of any e-mail correspondence. Questions regarding this RFQ are due by 1/14/2010. Responses to this RFQ are due by 1/20/2010 at 05:00 p.m. EST. Include your Cage code with your quote. Questions and/or quotations may be submitted by e-mail to David Stemple, the primary point of contact for this announcement, at david.stemple@dla.mil, or by FAX: (269) 961-4226. The following clauses/provisions are hereby incorporated by reference. Clauses may be accessed on the Internet at http://farsite.hill.af.mil. Instructions to Offerors -- Commercial Items (Jun 2009) -- FAR 52.212-1 Offeror Representations and Certifications -- Commercial Items (Aug 2009) -- FAR 52.212-3 Contract Terms and Conditions -- Commercial Items. (Mar 2009) -- FAR 52.212-4 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, (Sept 2009) --FAR 52.212-5 In paragraph (a) the following clauses apply: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) In paragraph (b) the following clauses apply: (8) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). (38) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2005) -- DFARS 252.212.7001 In paragraph (b) the following clauses apply: (1) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (17) 252.227-7015, Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320). (18) 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a0dff5c955548373cc71d5c0e0b55361)
 
Place of Performance
Address: 74 Washington Ave. North, Battle Creek, Michigan, 49037, United States
Zip Code: 49037
 
Record
SN02034385-W 20100106/100104235519-a0dff5c955548373cc71d5c0e0b55361 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.