Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
MODIFICATION

D -- CISCO SERVICE & SUPPLIES (CFPB) - Amendment 1

Notice Date
7/14/2011
 
Notice Type
Modification/Amendment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Treasury, Departmental Offices/Procurement Services Division (DO/PSD), Procurement Services Division (PSD), 1425 New York Avenue, Suite 2100, Washington, District of Columbia, 20220
 
ZIP Code
20220
 
Solicitation Number
A11101
 
Archive Date
8/11/2011
 
Point of Contact
PAMELA ROBINSON, Phone: 2022831173, Brunilda Betancourt, Phone: 202-283-1411
 
E-Mail Address
pamela.s.robinson@irs.gov, brunilda.betancourt@do.treas.gov
(pamela.s.robinson@irs.gov, brunilda.betancourt@do.treas.gov)
 
Small Business Set-Aside
HUBZone
 
Description
ATTACHMENT D a. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. b. Solicitation A11101 is hereby issued as a Request for Proposal (RFP) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-52. c. Set-Aside and NAICS Code: This acquisition is a 100% total HUBZone set-aside for offerors operating under NAICS code 423430 with a size standard of 100 employees. HUBZone status will be verified via the Small Business Administration. Proposals received from concerns that do not qualify as a HUBZone shall be considered nonresponsive and shall be rejected. However, before rejecting a proposal otherwise eligible for award because of questions concerning the HUBZone size representation associated with the above NAICS code, and SBA determination shall be obtained. d. Description of Requirement and items: The Department of the Treasury intends to issue a Firm Fixed Price contract for CISCO hardware and services as specified in the attached Statement of Work. In addition to the required information required under FAR 52.212-1, offerors shall also provide the following information in their proposal: •Company Name and Address •Company POC & Title, Telephone No., and Email Address •Completed Representations and Certifications or ORCA printed document in accordance with FAR 52.204-8 •Completed Attachment C •All Applicable Software License Agreements associated with this requirement •Delivery Schedule e. Delivery and Acceptance: Delivery of all items will be made to: US Department of the Treasury 1500 Pennsylvania Avenue, NW ATTN: Douglas Clow / (202) 622-6077 Washington, DC 20220 Inspection and Acceptance will be made by Douglas Clow f. FOB Point: The FOB POINT is Destination g. FAR Provisions and Clauses: The following FAR Provisions and Clauses are applicable to this notice: 52.204-7 - CENTRAL CONTRACTOR REGISTRATION (APR 2008) 52.204-8 - ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2011) 52.212-4 - CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JUN 2010) 52.212-5 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (APR 2011) •52.219-3, NOTICE OF TOTAL HUBZONE SET-ASIDE (JAN 1999) •52.222-3, CONVICT LABOR (JUNE 2003)( •52.222-21, PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) •52.222-26, EQUAL OPPORTUNITY (MAR 2007) •52.222-35, EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (SEP 2006) •52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 1998) •52.222-37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (SEP 2006) •52.222-50, COMBATING TRAFFICKING IN PERSONS (FEB 2009) •52.225-1, BUY AMERICAN ACT--SUPPLIES (FEB 2009) •52.225-13, RESTRICTION ON CERTAIN FOREIGN PURCHASES (JUN 2008) •52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT 2003) •52.233-3, PROTEST AFTER AWARD (AUG 1996) •52.233-4, APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.223-18 - CONTRACTOR POLICY TO BAN TEXT MESSAGING WHILE DRIVING (SEP 2010) 52.252-2 - CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-1 - SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) h. Agency Provisions and Clauses: The following Agency Provisions and Clauses are applicable to this notice: • INQUIRIES Information concerning the status of an Offeror’s proposal and/or progress of the proposal evaluations shall be requested only from the Contracting Officer. (End of provision) • INVOICING AND PAYMENT INSTRUCTIONS The contractor shall submit invoices as follows: (a) Invoices shall be submitted (preferably) electronically to TDP@bpd.treas.gov or sent via mail to the following address: ARC/ASD/TDP, Avery 3G P.O. Box 1328 Parkersburg, WV, 26106-1328 (b) The contractor shall submit invoices in a format that replicates the line item (CLIN) and subline item (subCLIN) structure of the contract, purchase order or task order. Each invoice shall provide, by CLIN and subCLIN, the line item number, description, quantity being invoiced, unit of measure, unit price, and current invoiced amount. Each invoice shall sequence CLINs and subCLINs in the same order in which they appear in the contract or order and shall be totaled at the bottom of the invoice. (c) A copy of the invoice shall also be submitted to the COTR and CO simultaneously at the following address: POC: Douglas Clow Address:1750 Pennsylvania Avenue NW, Room, Washington DC 20006 E-mail: douglas.clow@treasury.gov CO: Pamela S. Robinson Address: 6009 Oxon Hill Road, 7th Floor, Oxon Hill, MD 20745 E-mail: pamela.s.robinson@irs.gov (d) Each invoice submitted shall be supported by appropriate documentation. Documentation necessary to substantiate an invoice shall include, but is not limited to project name and number, invoice number, percent complete, original contract amount, modification amounts, retainage amount and percent cumulative), cost of materials used this invoice, value of work in place, contractor name, and contract number/task order number. Such documentation shall meet the approval of the Contracting Officer. (End of clause) i. Evaluation Factors: The factors listed below in order of importance will be used to evaluate each proposal received. Award will be made to the offeror who can best satisfy the government’s needs •Technical response to requirements in the SOW •Availability of all components identified in Attachment C •Delivery timeframe of complete order •Total Price (to include shipping) j. Questions / Inquiries: Questions/Inquiries concerning this Combined Synopsis/Solicitation are due via email to Pamela Robinson at pamela.s.robinson@irs.gov no later than close of business on 18 July 2011. k. Proposal Due Date/Time: Responses to this Combined Synopsis/Solicitation shall be mailed to The Department of the Treasury, ATTN: Pamela Robinson, 6009 Oxon Hill Road, 7th Floor, Oxon Hill, MD 20745 to be received by the recipient by 3:00pm on 27 July 2011. NOTE: Failure to comply with these instructions may render your response as non-responsive and subject to rejection. ************************************AMENDMENT 1************************************ A. The purpose of this amendment is to accomplish the following: 1. Revise paragraph c. above to read: c. Set-Aside and NAICS Code: This acquisition is a 100% total HUBZone set-aside for CISCO Gold offerors operating under NAICS code 423430 with a size standard of 100 employees. HUBZone status will be verified via the Small Business Administration. Proposals received from concerns that do not qualify as a HUBZone shall be considered nonresponsive and shall be rejected. However, before rejecting a proposal otherwise eligible for award because of questions concerning the HUBZone size representation associated with the above NAICS code, an SBA determination shall be obtained. 2. Add Past Perormance as an evaluation factor by revising paragraph i. above to read: i. Evaluation Factors: The factors listed below in order of importance will be used to evaluate each proposal received. Award will be made to the offeror who can best satisfy the government’s needs •Technical response to requirements in the SOW •Availability of all components identified in Attachment C •Delivery timeframe of complete order •Total Price (to include shipping) *Past Performance 3. Post the Brand name Justification (Attachment D) in accordance with FAR 5.105(a)(6) B. As a result of the above, the Proposal Due Date/Time for this combined synopsis/solicitiation remains UNCHANGED. ************************************END OF AMENDMENT 1************************************
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/DOPSD/PSD/A11101/listing.html)
 
Record
SN02498419-W 20110716/110714234600-4ab381a140cfbea756f7869e2c5b5c6c (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.