Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
MODIFICATION

D -- Upload Questions & Answers

Notice Date
1/18/2012
 
Notice Type
Modification/Amendment
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
 
ZIP Code
01757-3604
 
Solicitation Number
W912SV-12-T-0005
 
Response Due
1/25/2012
 
Archive Date
3/25/2012
 
Point of Contact
Margaret Leslie Sullivan, 508-233-6670
 
E-Mail Address
USPFO for Massachusetts
(margaret.l.sullivan@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Combined Synopsis/Solicitation is prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Quotes are being requested and this solicitation is being issued as a Request for Quote (RFQ). This procurement is not restricted. The NAICS code is 517110 Wired Telecommunications Carriers with a size standard of 1,500 employees. The following commercial services are being requested I this solicitation as detailed in the Statement of Work (SOW). All quotes should be based on minimum requirements listed in the SOW. Support services detailed in the SOW will be incorporated into the awarded Blanket Purchase Agreement. The Government intends to establish the awarded BPA for a period of Two (2) years. The Government estimates, but does not guarantee, that the volume of purchases through this agreement will be $39,000 annually. The Government is obligated only to the extent of authorized purchase actually made under this BPA. The Master BPA will not obligate any funds. Funds will be obligated by the individual CALLS made against the Master BPA. There will be no minimum purchase required under this BPA. This solicitation will close Wednesday, January 25, 2012, 0800 EST. Questions must be received in writing NLT Thursday, January 19, 2012, 1200 pm (noon) EST. Any additional Questions & Answers will be posted NLT Thursday, January 19, 2012, 1600 EST. SUBMISSION REQUIREMENTS The offerors proposals must include both technical proposal and price proposal based on minimum SOW requirements. Selection will be made based on the offerors ability to meet minimum requirements and best price. STATEMENT OF WORK (SOW) 1.Contractor shall provide the following services: The contractor shall, accept as specified in this Statement of Work (SOW) as government furnished property or services provide all personnel, supervision, and any items and services necessary to provide, two (2) MPLS Fast Ethernet 100 Mbps circuits strictly for dedicated backup: one (1) for 47 Barnum Rd, Ayer, MA and one (1) for 2 Randolph Rd, Hanscom AFB, MA. Minimum performance requirement of 100Mbps bandwidth(up/down). INSTRUCTIONS TO OFFERORS Please submit quotes in writing on letter head with tax ID#, CCR (Cage code), dated with a point of contact. Please provide a firm-fixed price per month with QoS based on a two-year term and any installation charges separate. All proposals must be submitted in writing to: Margaret Sullivan USPFO P & C Office 50 Maple Street Milford, MA 01757 or via email to: Margaret.l.sullivan@us.army.mil All proposals must be submitted no later than January 23, 2012, 0800 EST. End the Statement of Work _____________________________________________________________________________ The Government intends to evaluate proposals and make awards(s) without discussions with offerors (except for needed clarifications as per FAR 15.306(a). Therefore, your initial proposal should contain your best terms, as it pertains to cost/pricing. Do not assume you will have the opportunity to clarify, discuss, or revise your original proposal. At Governments discretion, offerors may be asked for more information or to clarify their offer, request for such information doesn't constitute discussions. However, the Government reserves the right to conduct discussions if the Contract Officer later deems it necessary. The Government will award a BPA resulting from this solicitation to the responsible offeror or offerors whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government reserves the right to award multiple BPAs or on an all or none basis. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provision can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract. 1) FAR 52.204-7 - Central Contractor Registration 2) FAR 52.201-1 - Instructions to Offerors--Commercial Items 3) FAR 52.212-2 - Evaluation--Commercial Items 4) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I 5) FAR 52.212-4 - Contract Terms and Conditions--Commercial Items 6) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: a. FAR 52.222-3 - Convict Labor b. FAR 52.222-21 - Prohibition of Segregated Facilities c. FAR 52.222-26 - Equal Opportunity d. FAR 52.222-36 - Affirmative Action for Workers with Disabilities e. FAR 52.222-50 - Combating Trafficking in Persons f. FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving g. FAR 52.225-13 - Restrictions on Certain Foreign Purchases h. FAR 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration i. FAR 52.232-36 - Payment by Third Party j. FAR 52.233-3 - Protest After Award k. FAR 52.233-4 - Applicable Law for Breach of Contract Claim 7) FAR 52.252-2 - Clauses Incorporated by Reference 8) DFARS 252.203-7000 Requirements relating to Compensation of Former DoD Officials 9) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 10)DFARS 252.204-7004 Central Contractor Registration, Alternate A 11)DFARS 252.209.7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 12)DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.247-7023 ALT III Transportation of Supplies by Sea Alternate III 13) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 14) 252.232-7010 Levies on Contract Payments 15) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offer may obtain information on registration at www.ccr.gov. Also in accordance with FAR 52.212-3, Offeror Representations and Certifications Commercial items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-12-T-0005/listing.html)
 
Place of Performance
Address: USPFO for Massachusetts 50 Maple Street, Milford MA
Zip Code: 01757-3604
 
Record
SN02656321-W 20120120/120118234533-fa6f0dee965bdbefdc94d0719db3bbf7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.