Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

D -- Audio Conferencing Services for Arkansas (AR), Alabama (AL), Florida (FL) and Puerto Rico (PR)

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W9124J-II-T-CBWT
 
Response Due
9/19/2011
 
Archive Date
11/18/2011
 
Point of Contact
Cedric Hargrove, 210-221-1704
 
E-Mail Address
MICC Center - Fort Sam Houston (JBSA)
(cedric.hargrove.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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. COMBINED SYNOPSIS/SOLICITATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 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. This solicitation also uses the simplified acquisition procedures contained in FAR Part 13. SYNOPSIS: 1.Action code: N/A 2.Date: 12 September 3.Year: 2011 4.Contracting Office Zip Code: 78234-5015 5.Classification Code: L Technical Representative Services 6.Contracting Office Address: 2199 Storage St. STE 15, Fort Sam Houston, TX 78234-5015 7.Subject: Audio Conferencing Services 8.Proposed Solicitation Number: W9124J-11-T-CBWT 9.Closing Response Date: Close -September 19, 2011 at 12:00PM CST 10.Contact Point or Contracting Officer: Cedric Hargrove 11.Contract Award and Solicitation Number: TBD 12.Contract Award Dollar Amount: TBD 13.Contract Line Item Number: See Attachment 1 0001FFP, Audio Conferencing Services (ACS) for CBWTU-Arkansas (AR), Alabama (AL), Florida (FL) 0002FFP, Audio Conferencing Services (ACS) for CBWTU-Puerto Rico (PR) 0003 FFP, Contractor Manpower Reporting (CMR) 1001 FFP, ACS for CBWTU-AR, AL, FL; Option Year 1 1002 FFP, ACS for CBWTU-PR; Option Year 1 1003 FFP, CMR; Option Year 1 2001 FFP, ACS for CBWTU-AR, AL, FL; Option Year 2 2002 FFP, ACS for CBWTU-PR; Option Year 2 2003 FFP, CMR; Option Year 2 3001 FFP, ACS for CBWTU-AR, AL, FL; Option Year 3 3002 FFP, ACS for CBWTU-PR; Option Year 3 3003 FFP, CMR; Option Year 3 14.Contract Award Date: TBD 15.Contractor: TBD 16.Description: a.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-12. All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. Quote shall be labeled with the solicitation number. b.The Government intends to contract for a non-personal services contract to acquire Audio Conferencing Services for CBWTU- Arkansas (AR), Alabama (AL), Florida (FL) and Puerto Rico (PR). Toll free reservation less per minute with the exception of PR which shall have International Toll Free Service connection to bridge. Each location requires services for 50 participants, 90 minutes, 4 times per month. c.The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Complete the proposed CLIN structure as defined in section 13 of this combined synopsis. d.The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. i.The Government will award to the offeror whose proposal provides the best value to the Government based upon the evaluation factors. Award will be made to a single offeror and the basis of award will be Lowest Price Technically Acceptable (LPTA) of proposals meeting or exceeding the acceptability standards for non-cost factors. Tradeoffs are not permitted. Quotes are evaluated for acceptability but not ranked using the non-cost/price factors. ii.Unrealistically low cost/prices may be grounds for eliminating a proposal from competition on the basis that the offeror does not understand the requirement. The Government will employ a Lowest Price Technically Acceptable (LPTA) evaluation method for this requirement. The Government will evaluate the offeror's proposal to determine if the proposed price is fair and reasonable. e.Offeror is required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. f.The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. g.The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Each of the additional FAR clauses cited in the clause are applicable to this acquisition: i.52.222-3, Convict Labor ii.52.222-21, Prohibition of Segregated Facilities iii.52.222-26, Equal Opportunity iv.52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans v.52.222-36, Affirmative Action for Workers with Disabilities vi.52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans vii.52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration viii.The clause at 252.201-7000 Contracting Officer's Representative, applies to this acquisition. ix.The clause at 252.232-7003, Electronic Submission of Payment Requests, applies to this acquisition. 17.Place of Contract Performance: Great Plains Regional Medical Command, 2410 Stanley Rd Ste 121, Fort Sam Houston, TX 78234-6230. 18.Set-aside Status: Service-Disabled Veteran Owned Business (NAICS 517110 "Wired Telecommunications Carriers") 19.Date, Time and Place: Offer is due to MICC-MCO-FSH, 2199 Storage Street, STE 15, Fort Sam Houston, Texas 78234-5015. Offer is due by 12:00PM CST on 19 September 2011. Questions to the Contracting Officer no later than 6:00PM CST on 16 September 11. 20.Government Point of Contact: The point of contact for this combined/synopsis solicitation is Cedric Hargrove, Contracting Specialist, (210) 221-1704, cedric.hargrove.civ@mail.mil. For a copy of the solicitation in a more readable format than what is provided by FedBizOpps then please send an e-mail request to Cedric Hargrove. 21.Period of Performance: 30 September 2011 - 29 September 2012 with three (3) one (1) year options. 22. Attachment 1 titled "CLIN Structure".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cf670fb51fb6fa5aa493abcbce395ba6)
 
Place of Performance
Address: MICC Center - Fort Sam Houston (JBSA) Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
Zip Code: 78234-5015
 
Record
SN02572220-W 20110914/110912235801-cf670fb51fb6fa5aa493abcbce395ba6 (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.