Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2010 FBO #3066
SOLICITATION NOTICE

70 -- Telecommunications Equipment

Notice Date
4/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517911 — Telecommunications Resellers
 
Contracting Office
Department of Agriculture, Forest Service, WO-AQM IT Support, 333 Broadway Blvd, SE, Albuquerque, New Mexico, 87102
 
ZIP Code
87102
 
Solicitation Number
PR380953
 
Archive Date
5/10/2010
 
Point of Contact
Jan Satterwhite, Phone: 505-842-3151, James G. Bailey, Phone: 505-842-3382
 
E-Mail Address
jsatterwhite@fs.fed.us, jgbailey@fs.fed.us
(jsatterwhite@fs.fed.us, jgbailey@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is PR380953. The solicitation is a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. This solicitation is a Small Business Set Aside. NAICS code: 517911; small business size standard 1,500 employees. See attached schedule of equipment/supplies for a list of contract line item number(s) and items, quantities and units of measure FOB destination: Delivery location: U.S. Forest Service Radioi Shop, Attn: Eric Martinez, 4121 Quail Canyon Road, San Pernardino, CA 92404. The vendor must be capable of procuring and delivering the equipment listed within the contract within 60 days of contract award. The provision at 52.212–1, Instructions to Offerors—Commercial, applies to this acquisition. The provision at 52.212–2, Evaluation—Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision is: Evaluation factors and significant subfactors as stated in the solicitation are as follows. Award will be made on the basis of the lowest evaluated price of a proposal meeting or exceeding the acceptability standards for non-cost factors. (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: The non-cost factors are: 1) Meets the technical requirements of the specifications; and 2) Meets required delivery date as specified in the solicitation; and 3) Past Performance. (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 offer’s 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. Offerors must include a completed copy of the provision at 52.212–3, QUOTES SHALL INCLUDE THE FOLLOWING: 1. Completed Standard Form 1449 2. Narrative that addresses how you will meet the Technical Requirements and the Required Delivery Date. 3. Provide no less than 2 contracts in the past 3 years that represent relevant past and present performance. The 2 contracts that represent relevant past and present performance documents must include 1 Prime Contractor Past Performance and 1 Sub-Contractor Past Performance. Vendor must include the following information for each contract: Name of Contract, Contract Number, Total Contract Value, Completion Date, or stage of completion if still in progress, Contractor’s Officers Name, address telephone, Project location and whether the project was completed timely Only references for projects of similar size, scope, and complexity are desired. 4. Completed pricing schedule (ATTACHED) Offeror Representations and Certifications—Commercial Items, with their offer. The clause at 52.212–4, Contract Terms and Conditions—Commercial Items, applies to this acquisition.. The clause at 52.212–5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause that are applicable to the acquisition are: 52.203-6, 52.219-27, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.223-15, 52.225-5, 52.225-13, 52.232-33, 52.239-1, 52.223-15 Items to be supplied: 6 ea IP223 VOIP dual remote panel, ethernet (Vega) 12 ea IP2002VOIP 2-line console - no line cards required, us version 6 ea C-SOFT-6 Line Interface - USB (Telex) 2 ea TDI Telephone Dispatch Interface
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/WOAQMITS/PR380953/listing.html)
 
Place of Performance
Address: US Forest Service, Del Rosa Work Center, San Bernardino, California, 92404, United States
Zip Code: 92404
 
Record
SN02123326-W 20100417/100415235403-d450fc79d1cc95b0ebb076f6ee002635 (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.