Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2011 FBO #3668
MODIFICATION

D -- Avaya Direct Maintenance

Notice Date
12/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Battle Creek, HDI Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
SP4707-12-Q-0013
 
Archive Date
12/28/2011
 
Point of Contact
Amanda E. Geissler, Phone: 2699615466
 
E-Mail Address
amanda.geissler@dla.mil
(amanda.geissler@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Logistics Agency Contracting Services Office -Battle Creek has a brand name requirement for Avaya Direct Maintenance. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. This is issued as a Request for Quote (RFQ) SP4707-12-Q-0013. Place of performance is Battle Creek, Michigan and Lansing, MI. Inspection, acceptance and F.OB. are at destination, Battle Creek, Michigan and Lansing, MI. The single evaluation factor for award is lowest-price, technically acceptable. The resulting contract or order will be firm-fixed price. The requirement is being offered on a brand name only basis. Vendors must be an Avaya-authorized business partner, certified to perform work at the federal level in Michigan in order to be eligible for award. Submit an Avaya authorization letter concurrently with quotes. Quotations received without the Avaya authorization letter will be considered technically unacceptable, will not be reviewed further and are ineligible for award. Joint Services delivery or Business Partner provided maintenance service will not qualify as a response to this RFQ. Only bids for Avaya direct maintenance with Avaya Initialization and Administration System (INADS) and Avaya as Tier 1 through Tier 4 support will be considered. The partner shall bid Avaya direct maintenance, not partner assisted maintenance. In order to be considered technically acceptable, vendors must offer the maintenance described in the Performance Work Statement and consistent with the attached reports. Offers with quantities of less than requested or products that differ from those requested will be deemed technically unacceptable. Period of performance is 12 months. Previous contract ends 12/15/2011. Please include your CAGE code with your quote. Submit written questions regarding this acquisition to amanda.geissler@dla.mil no later than Friday, December 9, 2011, at 9 am ET. Please place "SP4707-12-Q-0013" in the subject line of your email message. Questions received after Friday, December 9, 2011, at 9 a.m. ET, WILL NOT be answered. Telephone calls will NOT be accepted at any time. Offers are due by Tuesday, December 13, 2011 at 2 pm ET. Offers may be submitted by email to amanda.geissler@dla.mil or by fax (269) 961-4226. The following clauses/provisions are hereby incorporated by reference. Clauses may be accessed on the Internet at http://farsite.hill.af.mil. Instructions to Offerors -- Commercial Items (JUN 2008) -- FAR 52.212-1 Offeror Representations and Certifications -- Commercial Items (MAY 2011) -- FAR 52.212-3 Contract Terms and Conditions - Commercial Items FAR 52.212-4 (JUN 2010) Contract Terms and Conditions Required to Implement Statues or Executive Orders -Commercial Items FAR 52.212-5 (AUG 2011) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items). (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161). (9) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). (13) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). (17) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (18) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). (19) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (28) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (30) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). (31) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (36) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). (40) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (48) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (End of Clause) Contracting Officer's Representative DFARS 252.201-7000 Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items (AUG 2011) -- DFARS 252.212-7001 (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. ____ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (6)(i) 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. chapter 83, E.O. 10582). (9) 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010) (10 U.S.C. 2533a). (19) 252.227-7015, Technical Data-Commercial Items (MAR 2011) (10 U.S.C. 2320). (20) 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). (21) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (24) 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (27)(i) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (28) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/09c8842c9809efabbd3c2963bfa70be1)
 
Place of Performance
Address: HDI Federal Center, 74 Washington Ave. N, Battle Creek, Michigan, 49037, United States
Zip Code: 49037
 
Record
SN02636161-W 20111210/111208234600-09c8842c9809efabbd3c2963bfa70be1 (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.