Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2012 FBO #3786
MODIFICATION

D -- EMC SAN MAINTENANCE SUPPORT - REVISED PRICE SCHEDULE

Notice Date
4/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement MD, 6700 Taylor Ave, Ft Meade, Maryland, 20755, United States
 
ZIP Code
20755
 
Solicitation Number
HQ0516-2045-0003-000
 
Archive Date
5/1/2012
 
Point of Contact
Leila S. Miller, Phone: (301) 222-6031, Robert Hufford, Phone: 3012226034
 
E-Mail Address
leila.miller@dma.mil, robert.hufford@dma.mil
(leila.miller@dma.mil, robert.hufford@dma.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
REVISED PRICE SCHEDULE This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Synopsis/solicitation reference number HQ0516-2045-0003-000 is being issued as a Request for Proposals (RFP). This acquisition is 100% set-aside under the Service-Disabled Veteran-Owned Small Business Procurement Program. In addition, Offerors must be authorized/certified resellers of EMC maintenance support (see below). Provisions and clauses are those in effect through Federal Acquisition Circular 2005-57 effective 7 Mar 2012 and DFARS Publication Notice 201120312 effective 12 Mar 2012. (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (FEB 2012): (a) Re Para (a): NAICS 541519; small business size standard is $25 million. (b) Note that Para (k) requires offeror to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO Offerors COMMERCIAL ITEMS (I) Offeror must use the attached REVISED PRICE SCHEDULE for pricing. (ii) PERIOD OF ACCEPTANCE OF PROPOSAL: Proposals offering less than 90 calendar days for acceptance by the Government from the date designated for receipt of proposals will be considered non-responsive and will be rejected. (2) FAR 52.212-2 (Evaluation - Commercial Items) (JAN 1999) with the following insertion in Para (a) "Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation." Technical evaluation will be based on the Offeror's certification that it is a Manufacturer's Authorized Channel and that it has the certification/specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. CPARS, PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. (3) PROPOSAL MUST BE RECEIVED NOT LATER THAN 2:00 PM EASTERN TIME 16 Apr 2012 IN ORDER TO BE CONSIDERED. Proposal may be emailed to Leila.Miller@dma.mil or sent via fax to (301) 833-4948. Due to unexpected technical issues email and fax may not result in your proposal arriving before the cut-off time, please allow extra time if you're sending your quote via electronic means. (4) Proposals must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (FEB 2012) with Alt 1 (APR 2011) or indication that Reps and Certs are in ORCA. SEE ATTACHED REVISED PRICE SCHEDULE Requirement requested herein is unique to the manufacturer. See attached J&A for Other Than Full & Open Competition. GSA or OPEN MARKET prices will be considered. The Government will consider proposals only from "certified/authorized resellers" of equipment manufacturer's maintenance support, who are also certified as Service-Disabled Veteran-Owned Small Businesses. Vendor shall certify that it is a Manufacturer's Authorized Channel as of the date of the submission of their offer, and that it has the certification/specialization level required by manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new and in their original box. The Vendor confirms to have sourced all manufacturer's products submitted in this offer from manufacturer or through manufacturer's Authorized Channels only, in accordance with all applicable laws and current manufacturer's applicable policies at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all manufacturer's software is licensed originally to Buyer as the original licensee authorized to use the manufacturer's software. It is the responsibility of all interested offerors to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to www.ccr.gov and follow the instructions. The Government will issue a contract to the responsible offeror, with acceptable past performance, submitting the lowest priced technically acceptable quote. This contract will include the following referenced clauses which may be accessed electronically at www.arnet.gov: FAR 52.204-9 (Personal Identity Verification of Contractor Personnel (JAN 2011) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (FEB 2012) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (MAR 2012) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (JAN 2012) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMA clauses, 52.0100-4028 (Contract Contact Information) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment), will be included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5de43ed957e0ccbce780585ead613c74)
 
Place of Performance
Address: DEFENSE MEDIA ACTIVITY, 6700 TAYLOR AVENUE, FORT GEORGE MEADE, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN02714420-W 20120406/120405000038-5de43ed957e0ccbce780585ead613c74 (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.