Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2010 FBO #3031
SOLICITATION NOTICE

20 -- AVAYA TELEPHONE SWITCHBOARD PARTS - Combined Synopsis

Notice Date
3/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-10-T-1023
 
Archive Date
3/30/2010
 
Point of Contact
Prinsez Walker, Phone: 7574435918
 
E-Mail Address
prinsez.walker@navy.mil
(prinsez.walker@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
AVAYA Combined Synopsis This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are not being requested and a written solicitation will not be issued. The solicitation number is N40442-T-1023, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-12. NAICS 334210 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed priced purchase order for the following list of Avaya Telephone Switchboard parts, in support of the reactivation of the USNS Humphreys (T-AO 188). CLIN 001 AVAYA TELEPHONE SWITCHBOARD PARTS Line ItemPart No. Description Qty Cost Ext. Cost 1 405362641405362641 PWR CORD USAPWR CORD USA 6.0 2 197949197949 CC R4.0 BASICCC R4.0 BASIC 1.0 3 700170004700170004 CABLE RED 5 METER CAT 5 RJ45 3.0 4 700170012700170012 CABLE GREEN 5 METER 3.0 5 700178056700178056 CABLE GREEN 25 MEMETER 1.0 6 700178072700178072 CABLE RED 25 METER 1.0 7 700397284700397284 G600/G650 TDM LAN CBL KIT RHS 1.0 8 700406457700406457 CABLE ASSY B25A 100FT RHS 20.0 9 700406747700406747 WIRE 1 PR 24 GAUGE SPL 1000 RHS 1.0 10 700419419700419419 ADMINISTRATION TOOLS 4.0 CD 1.0 11 700462724700462724 CM4.0.2 JITC LOAD 732 CD NEW SYS 2.0 12 700479439700479439 PROGNOSIS VOIP MONITORING CD R2 1.0 13 212412212412 NTWKG FOR SLE ONLY SFTW LIC 1.0 14 216502216502 CMM-FM APPLICATION LICENSE 1.0 15 405362641405362641 PWR CORD USA 2.0 16 700453186700453186 CMM-FM SOFTWARE CD-ROM 1.0 17 169133169133 EXTREME SUMMIT X450e 24pt TAA (16142t) 2.0 18 196616196616 CM4 S87XX SFTW LIC 1.0 19 201130201130 IM ASA VAM CLIENT CM LIC 1.0 20 203027203027 VAL CIRCUIT PACK TN2501AP 1.0 21 225242225242 CM R4 101-1000 NEW LIC 240.0 22 700381254700381254 COMPACT FLASH 128MB RHS 1.0 23 700381999700381999 TELSET 2410 GLBL DGTL VCE TERM RHS 10.0 24 700393408700393408 FACILITY TEST CP TN771DP RHS 2.0 25 700394513700394513 CO TRUNK TN465C RHS 2.0 26 700394497700394497 BUS TERMINATOR CP AHF110 RHS 2.0 27 700394554700394554 TIE TRUNK TN760E RHS 2.0 28 700394646700394646 24PT DIGITAL LINE CP TN2224CP RHS 1.0 29 700394729700394729 24PT ANALOG LINE CP TN793CP RHS 8.0 30 700394950700394950 G650 MEDIA GATEWAY RHS 2.0 31 700394992700394992 EMERGENCY TXFER PANEL G3 RHS 1.0 32 700406135700406135 G650 AC/DC PWR SUPPLY 655A RHS 2.0 33 160727160727 DEF SYS TDM/IP MSP LEVEL 1 1.0 34 169366169366 DEF SYS TDM/IP MSP LEVEL 2 1.0 35 169133169133 OWE 250 Call Accounting 1.0 36 195406195406 S8500C SERVER RHS 1.0 37 169133169133 EXTREME STACKING CBL 1.5m (16107 ) 2.0 38 169133169133 1MC Interface 62325-225 1.0 39 169133169133 SB-040018-KP 3KVA XFMR KOPs 2.0 40 169133169133 Shipping Charges for 1MC & XFMR 1.0 41 169133169133 Pwr Supply 48vdcPwr Supply 48vdc 1.0 42 169133169133 19" Cabinet19" Cabinet 2.0 43 169133169133 Fixed Shelf FS1924-30 1.0 44 169133169133 Sliding Shelf SS1927 1.0 45 169133169133 Shipping Charges for Cabinet 1.0 46 169133169133 Admin Mgmt Term 1.0 47 700451172700451172 USB MODEM MT9234ZBA V.92 56K 2.0 48 183545183545 S8710 SERVERS 1.0 49 187730187730 SFTW ENTITLEMENTS LIC 1.0 50 195250195250 IPSI2 CP TN2312BP RHS 3.0 51 195251195251 C-LAN INTF CIRCUIT PK TN799DP RHS 3.0 52 195310195310 SWRM SNEAK FUSE RHS 1.0 53 195313195313 COMPACT FLASH RDR W/FLSH CRD RHS 2.0 54 203071203071 IP 320 MEDIA RESOURCE TN2602AP 1.0 55 202540202540 COMMON APPL S8500 MEDIA SRVR 1.0 56 226873226873 CMM-FM R4.0.2 LICENSE NEW/ADD 50.0 57 700426398700426398 IA770 R4 MEDIA KIT 1.0 58 700451172700451172 USB MODEM MT9234ZBA V.92 56K 1.0 59 700465305700465305 PW9130 1500 120V RK W /SNMP CARD 3.0 60 700465461700465461 9130 1500 VA EXTENDED BATT MODULE 3.0 61 700465503700465503 9130 BDM FOR 700-1500VA RCK MNT 120V 3.0 62 182438182438 CM MLPP SFTW LIC 240.0 63 700394794700394794 DS1 INTFC TN464HP RHS 1.0 64 Shipping CostShipping Cost 1.0TOTAL __________ *NOTE: This is an all or none (OEM) requirement. Bidder must provide all (OEM) items requested for this proposal. Quote should include the following: CLIN: Unit price and extended price for each part Shipping Charges (if applicable) FOB Destination Grand Total The required delivery date for the above items is: March 18, 2010 The delivery address is: N3211A RRAMS WHSE (DS2) 1112 Cavalier Blvd Chesapeake, VA 23323-5000 FOB Destination The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Central Contractor Registration; 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government, 52.219-6 Notice of Total Small Business Set-Aside. 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity; Special Disabled Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Eligible Veterans 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; 252.212-7000 Offeror Representations and Certifications--Commercial Items. Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.225-7012 Preference for Certain Domestic Commodities 252.225-7014 Preference for Domestic Specialty Metals (Deviation) 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III The following additional clauses apply: 52.203-3 Gratuities 252.247-7024 Notification of Transportation of Supplies by Sea. 52.247-34 F.B.O. Destination 252.204-7004 Central Contractor Registration (52.204-7) Alternate A 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252.211-7003 Item Identification and Valuation 252.225-7014 Preference for Domestic Specialty Metals Alternative I (Deviation) 252.232-7010 Levies on Contract Payment 252.243-7002 Requests for Equitable Adjustment. 252.246-7003 Notification of Potential Safety issues 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far/ http://www.acq.osd.mil/dp/dars/dfars/dfars.html 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Military Sealift Fleet Support Command Attention: Deidre Fisher 471 “C” Street, Building SP 64 Norfolk, Va 23511 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Addendum to 52.233-2 SERVICE OF PROTEST Interested parties may request an independent review of their protest as an alternative to consideration by the contracting officer or as an appeal of the contracting officer's decision on their protest. See FAR 33.103. Requests for independent review shall be addressed to Code N10 or N10X, Military Sealift Command, 914 Charles Morris Ct SE, Washington Navy Yard, DC 20398-5540. MSFSC encourages potential protesters to discuss their concerns with the contracting officer prior to filing a protest. MSFSC INVOICE INSTRUCTIONS Submit Invoices to: Military Sealift Fleet Support Command Accounts Payable, Code N8211 471 C Street Norfolk, VA 23511 Or fax to: 757-443-2941 For questions concerning invoice payments or status, contact accounts pay at 757-443-2928. Notes: 1. A Copy of the purchase order must be submitted with the invoice 2. A bill of lading must be provided with the invoice to substantiate shipping charges, if applicable. 3. Annotate invoice as “FINAL INVOICE”, when applicable. TEST PROGRAM FOR COMM ITEMS: Test Programs For Certain Commercial Items: This requirement will be awarded using the procedures under FAR Subpart 13.5, Test Program for Commercial Items of the Clinger-Cohen Act of 1996. The following FAR Part 13 Simplified Acquisition Procedures shall be used: Quotes shall be solicited and a purchase order issued to the successful vendor. FAR Part 13 purchase order procedures shall supersede any contrary procedures set forth or incorporated by reference in this solicitation. EVALUATION –COMMERCIAL ITEMS: The following factor shall be used to evaluate offers: Price. The following numbered notes apply to this requirement: None. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by March 15, 2010 @ 10:00 AM. Offers can be emailed to prinsez.walker@navy.mil or faxed to 757-443-5979 Attn: Ms. Walker, Prinsez. Reference the solicitation number N40442-T-1023, on your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/04d615786c46d914c9a2f87d4acfd21c)
 
Place of Performance
Address: N/A, Chesapeake, Virginia, 23323, United States
Zip Code: 23323
 
Record
SN02090507-W 20100313/100311235816-04d615786c46d914c9a2f87d4acfd21c (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.