Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
MODIFICATION

70 -- Avaya Phone Switch Upgrade

Notice Date
7/14/2010
 
Notice Type
Modification/Amendment
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS/A&PO - Kent Street, 1777 Kent Street, Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
10ES510-063
 
Archive Date
8/6/2010
 
Point of Contact
Christopher Henshaw, Phone: 703-696-4013
 
E-Mail Address
christopher.henshaw@whs.mil
(christopher.henshaw@whs.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
WASHINGTON HEADQUARTERS SERVICES ACQUISITION DIRECTORATE 1777 NORTH KENT STREET, SUITE 12063 ROSSLYN, VA 22209 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, using Simplified Acquisition Procedures for Commercial Items and the authority of FAR Subpart 13.5 – Test Program for Certain Commercial Items, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation for this requirement. Proposals are being requested and a written solicitation will not be issued. The solicitation number is 10ES510-063. This solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44, Effective 8 July 2010. The proposed contract is a competitive action and is 100% set aside for small business concerns. The NAICS code is 423690 and the Small Business Standard is 100 employees. The Immediate Office of the Secretary of Defense and the Office of the Secretary of Defense Communications has a requirement to provide its staff and customers with an Avaya upgrade to existing phone switch equipment. This upgrade will bring the phone switch up to the latest operating system revision and allow for greater redundancy and fault tolerance. As one of the primary means of communication used by the Secretary of Defense and his immediate staff, the availability of this system is extremely critical. This equipment is required to work with existing Avaya hardware to ensure proper interoperability. The Washington Headquarters Services, Acquisition Directorate is requesting quotes for Avaya specific make and model items. Line Item: 0001 Item Description: See Attachment A (Group 1 Listing) Line Item: 0002 Item Description: See Attachment B (Group 2 Listing) Vendors interested in proposing a solution to this requirement using items other than specified herein should identify their interest and capabilities by Tuesday, July 20, 2010. Evaluation: The Government will evaluate quotes and make a selection based on the lowest priced technically acceptable quote. Additional Information: 1) Quotes must be firm-fixed-priced, and include all quantities listed, all or none. 2) Submit quotes via email to Chris Henshaw (christopher.henshaw@whs.mil). Only quotes submitted via email will be accepted. Contractors are responsible for verifying receipt of their quotes. 3) All responsible sources interested in this RFQ must respond no later than 10:00 AM Eastern Standard Time on Thursday, July 22, 2010. 4) Offeror's shall include Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes stated on their quotes. 5) Date of Delivery: 30 days After Receipt of Order (ARO). Inspection and Acceptance shall be at destination (supplies shall be delivered to the destination at the expense of the contractor). All quotes shall include ARO delivery information. POINT OF CONTACT: Chris Henshaw Contract Specialist Washington Headquarters Services Acquisition & Procurement Office Phone: (703) 696-4013 Email: christopher.henshaw@whs.mil DELIVERY: Attn: Trinity Baier 1155 Defense Pentagon, 5E314 Washington, DC 20301-1155 The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in the following: FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (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: (1): Lowest price technically acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications – Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. FAR 52.204-9 Personal Identity Verification of Contractor Personnel. FAR 52.209-6 Protecting the Government’s Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.219-6 Notice of Total Small Business Set Aside. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires 36.25%. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-18 Availability of Funds. FAR 52.232-33 Payment by EFT – CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.211-7003 Item Identification and Validation. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/WHSAPO/10ES510-063/listing.html)
 
Record
SN02206081-W 20100716/100714235446-3d4e5b77a8372016a8813eb4035e5863 (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.