Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2011 FBO #3385
SOLICITATION NOTICE

D -- Maintenance for the Avaya Definity - Avaya CLIN 0001 with Statement of Work

Notice Date
2/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-11-T-0013
 
Archive Date
3/30/2011
 
Point of Contact
Ronald E. Fairley, Phone: 7037671175, Beverly J Williams, Phone: 703-767-1192
 
E-Mail Address
ronald.fairley@dla.mil, Beverly.J.Williams@dla.mil
(ronald.fairley@dla.mil, Beverly.J.Williams@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Information to provide telephone switch and voicemail system services maintenance for the Avaya Definity; on the telephone switch, audix voicemail system, and subassemblies installed at Joint Forces Staff College, Norfolk, Virginia. 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, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. This Request for Quote SP4705-11-T-0013 incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-49 effective January 24, 2011, DFARS, and DLAD. This announcement constitutes the only solicitation; firm-fixed-price quotes for the purchase of the following item(s) are being requested and a written solicitation will not be issued. The North American Industry Classification System Code is 811213 and the size standard is $7.0 Million. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor the FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. In accordance with DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the WAWF. The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration (CCR) site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website home page under "about WAWF". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD,DISA.MIL. The additional FAR Provisions and Clauses are applicable to this procurement: 52.204-7 Central Contractor Registration 52.212-1 Instructions to Offeror - Commercial Items 52.212-2 Evaluation - Commercial Items 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration) 52.233-3 Protest After Award 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports The full text of the FAR and DFARS can be accessed on the Internet at http://farsite.hill.af.mil The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil. The DLA Contracting Services Office intends to procure acquisition on behalf of the Joint Forces Staff College (JFSC) to obtain telephone switch and voicemail system service maintenance for the Avaya Definity on the telephone switch, audix voice mail system, and subassemblies installed at the JFSC. Additional services required are provided in the attached Solicitation # SP4705-11-T-0013. Refer to the attached solicitation information on description, Section B, clauses, and evaluation. Services may be provided off-site, on-site, or a combination of, depending on program requirements. However, the majority of the work will be performed at contractor on-sight. The period of performance for this requirement will be for a 12 month period. The Government will make award to the responsible offeror who has the lowest price and is technically acceptable. For technical questions, please reduce questions to writing and send to Ronald E. Fairley five days prior to March 15, 2011. FAR 52.212-2 Evaluation - Commercial Items (Jan 1999). The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed price contract to the responsible offeror whose quote represents the total overall lowest price for all CLINS. Therefore to be considered for award, a quote must be provided for all CLINS. ALTERNATIVE DISPUTE RESOLUTION 33.214 Alternative Dispute Resolution (ADR) DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (JUN 2001) - DLAD (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1), or, for the Agency, by the contracting officer, and approved at a level above the contracting officer after consultation with the ADR Specialist and with legal counsel ( see DLA Directive 5145.1 <http://160.147.217.67/SR2.htm> ). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the contracting officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here [ ]. Alternate wording may be negotiated with the contracting officer. ( End of provision ) Offerors must be submitted via one of the following methods by 12:00 PM ET, March 15, 2011: Email to: ronald.fairley@dla.mil; Fax to: 703-767-1183 Attn: Ronald E. Fairley or Mail to: DLA Contracting Services Office, ATTN: Ronald E. Fairley, 8725 John J. Kingman, Room 1145, Fort Belvoir, VA 22060. Offers may be submitted on company letterhead stationery and must include the following information: Solicitation Number, CLINs, Unit of issue, Price per CLIN, FOB point, Unit Price, the business size standard and any minority classification; start date, and Representation and Certifications contained in FAR Clause 52.212-3, including Alternate 1. Facsimile quotes are acceptable and may be forwarded via fax number 703-767-1130. Point of contact is Ronald Fairley, phone 703-767-1192, and email: ronald.fairley@dla.mil. ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted in writing and emailed to Ronald Fairley at ronald.fairley@ dla.mil. Questions not received four days prior to closing of solicitation may not be considered.*** Offerors must fill out the attached Avaya Authorized Business Partner Certificate of Qualification. Offerors must present their representations and certifications, upon request, through the Online Representatives and Certifications Application (ORCA) at http://orca.bpn.gov. The Government intends to award to the responsible offerors whose offers conforming to the solicitation that will be the most advantageous to the Government based upon LOWEST PRICED TECHNICALLY ACCEPTABLE. See the Statement of Work for information on Technical Requirement. LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the Combined Synopsis/Solicitation, offers the lowest evaluated price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-11-T-0013/listing.html)
 
Place of Performance
Address: Joint Forces Staff College, 7800 Hampton Blvd, Norfolk, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN02388838-W 20110302/110228234027-6b0038ba4dc1e7645210c2b4b4e07cf1 (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.