Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
SOLICITATION NOTICE

70 -- VoIP Telephone Equipment - Package #1

Notice Date
7/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517911 — Telecommunications Resellers
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Atlanta Division, 61 Forsyth Street, SW, Suite 17T100, Atlanta, Georgia, 30303-3104
 
ZIP Code
30303-3104
 
Solicitation Number
DTFH62-11-R-00001
 
Archive Date
8/11/2011
 
Point of Contact
Dawn Randolph, Phone: 4045623661
 
E-Mail Address
dawn.randolph@dot.gov
(dawn.randolph@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Offeror Reps and Certs Equipment List This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, DTFH62-11-R-00001 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The NAICS code for this solicitation is 517310. This Request for Quotation is being submitted as a total small business set-aside. This is a commercial purchase. Contractor's quotes shall be brand name or equal and include pricing for the following line item: CLIN 0001: CISCO VOIP PHONE SYSTEM. SEE ATTACHED EQUIPMENT LIST. Award will be made on or about August 31, 2011. Quotes shall be FOB destination Federal Highway Administration, New York Division, Leo W. O'Brien Federal Bldg, Albany, NY 12207. Point of Contact will be specified upon award. If quoting equal, literature, technical data and product specifications must be submitted with quote for the line item. Quotes should be in the following format; price for each line item independently and price for combined line items. Award Basis: Lowest price technically acceptable. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation-Commercial Items, is also applicable. The following factors will be used to evaluate the offer: Price, Technical Capability, and delivery schedule. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses apply to this solicitation and resulting award: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.222-3, Convict Labor; FAR 52.222-13, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity; FAR 52.222-35,Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.222-41, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-3, Protest After Award, FAR 52.243-1, Changes-Fixed Price; FAR 52.246-16, Responsibility for Supplies. All contractors must be registered in the Central Contractor Registration (CCR) database to receive a federal award or payment. Lack of registration in CCR will make an offeror ineligible for award. Offerers must include with their quotations: Technical data and a completed copy of the provisions at 52.212-3, Past Performance References, a minimum of three (3), Attachment 2. Offerors who fail to complete and submit Technical data, Representations and Certifications and Past Performance References, may be considered non-responsive. Contractors are required to have a Dun & Bradstreet number (DUNS) in order to be registered in the CCR database. Lack of registration prior to award, may make and offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at https://www.acquisition.gov/far. Quotes are due on or before 1:00 p.m., Eastern Daylight Time, on July 27, 2010, Dawn Randolph, Contracting Officer, (404) 562-3661, FAX (404) 562-3705, dawn.randolph@dot.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/GADIV/DTFH62-11-R-00001/listing.html)
 
Place of Performance
Address: Federal Highway Administration, New York Division, Leo W. O'Brien Federal Building, Albany, NY 12207, Albany, New York, United States
 
Record
SN02490191-W 20110708/110706234412-a7d60b1448aa35f3ac08825d1c7349bb (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.