Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
MODIFICATION

N -- VoIP Telephone System

Notice Date
6/26/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
102 Elk Creek, Gunnison, CO 81230
 
ZIP Code
81230
 
Solicitation Number
496498
 
Response Due
7/5/2013
 
Archive Date
1/1/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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.The solicitation number is 496498 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66. The associated North American Industrial Classification System (NAICS) code for this procurement is 334210 with a small business size standard of 1,000.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-07-05 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Florissant, CO 80816 The DOI NPS IMR LAKEWOOD MABO requires the following items, Meet or Exceed, to the following: LI 001: Remove existing and install new VoIP Telephone System, 1, EA; LI 002: New VoIP Phone System, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOI NPS IMR LAKEWOOD MABO intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOI NPS IMR LAKEWOOD MABO is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Contractors are cautioned that a Warranted Contracting Officer is the only authorized Government representative to make any contractual changes once an award is made. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Payment requests must be submitted electronically thought the U.S. Department of the Treasury?s Internet Payment Platform System (IPP). Payment Request means any request for contract financing payment or invoice payment by the Contractor. To constitutes a proper invoice, the payment request must comply with the requirement identified in the applicable Prompt payment clause included in the contract, or the clause 52.212-4, Contract Terms and Conditions ? Commercial Items including in commercial item contracts. The IPP website address is : https://www.ipp.gov. The Contractor must use the IPP website to register and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 ? 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. 52.252-2, Clauses Incorporated by Reference - This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://aquisition.gov & http://farsite.hill.af.mil. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-1, and 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 52.252-1, Solicitation Provisions Incorporated by Reference - This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acquisition.gov. The selected Offeror must comply with the following solicitation requirements, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications electronically. 52.212-2 Evaluation - Commercial Items - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor shall be used to evaluate offers: Technical capability, experience, certification, and past performance. Award will be made to the Lowest Price Technically Acceptable Seller that meets the requirements of solicitation. The Seller will receive an acceptable or unacceptable rating. If the Seller receives an unacceptable for any of the evaluations factors, the entire bid will be considered unacceptable. - Technical Capability "Meeting or Exceeding the requirement" - To be considered for award, all Sellers must be manufacturer/ Federally authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers shall include literature which addresses all salient characteristics, and clearly documents that the offered product meets salient characteristics stated in the specifications. - Experience - The Seller must have been in business and in the business of installing telecommunications systems, continuously, under the same company name, for a period of at least three (3) years, prior to the date of this proposal. Seller must also provide a list of key installation personnel, their hire dates, and a resume of their experience. Key installation personnel shall include at least one (1) Voice Networking Engineer with the appropriate certifications for the Telephone system that is being proposed. By submitting the names of these personnel, the Seller is committing them to the execution of the project outlined in this specification. - Past Performance - This standard is met when the Seller has an overall satisfactory performance on at least three (3) jobs completed in the last three (3) years performed on projects of a similar scope, magnitude and complexity. Data shall be submitted in accordance with section (b(10) of clause 52.212-1 included herein or the Seller shall arrange for the reference customer point of contact for three (3) projects to fill out the Past Performance Survey and return directly Jamese Promise, Contract Specialist, e-mail at jamese_promise@fws.gov. Seller must include a copy of each requested Past Performance Survey Information page with bid submission. In the event of an Seller without a record of relevant past performance or for whom information on past performance is not available, the Seller will not be evaluated favorably or unfavorably on this factor. - Certification - The vendor must have a professionally certified Network Professional for voice systems (CCNP Voice or equivalent) member on staff or on contract to provide approval on the final design, installation and documentation of this communications system. The vendor must submit a copy of the certification. The anticipated award date is July 8, 2013. Please do not request award status prior to this date. Any modifications or extensions to the delivery date shall be approved by the Contracting Officer and coordinated with the Contractor. Award decision will be made without discussions. Therefore, each offeror is encouraged to provide the Government with all of the information necessary to evaluate its quote under the evaluation factors stated above. Offerors that fail to submit all the information necessary to evaluate their quote with their initial quote bear the risk that their quotes will be rejected without discussions. The Seller shall develop and maintain an effective quality control program to ensure services are performed in accordance with the Scope of Work. The Seller shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The Seller?s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. The Seller shall institute a complete quality-control program to ensure that the requirements of this contract are provided, as specified. The overall goal of the program should be to identify and correct any problems that may exist before they are identified by or reported to the COR and/or the building-management staff. After acceptance of the quality control plan the Seller shall receive the Contracting Officer?s acceptance in writing of any proposed change to his QC system. In the performance of this contract, the Contractor shall comply with the requirements of U.S. Department of Labor wage determination number WD 05-2079 (Rev.-13). The wage determination is incorporated and made a part of this order. To view applicable rates, please visit the following web address: http://www.wdol.gov. A full text copy will be provided upon request. As stated in the Federal Register, Volume 57, No. 190, page 45096, dated September 30, 1992, Policy Letter on Inherently Governmental Function, no personal services shall be performed under this contract. All work requirements shall flow only from Project Officer to the Contractor Employee. No Contractor Employee shall be directly supervised by the Government. The applicable employee supervisor shall give all individual employee assignments and daily work direction. If the Contractor believes any Government action or communication has been given that would create a personal services relationship between the Government and any Contractor employee, the Contractor shall promptly notify the Contracting Officer of this communication or action. The Contractor shall not perform any inherently governmental action under this contract. No contractor employee shall hold him or herself out to be a Government employee, agent, or representative. No Contractor employee shall state orally or in writing at any time that he or she is acting on behalf of the Government. In all communications with third parties in connection with this contract, Contractor employees shall identify themselves as Contractor and specify the name of the company for which they work. In all communications with the Government contractors in connection with this contract, the Contractor employee shall state that he/she has no authority to, in any way, change the contract and that if the other contractor believes this communication to be a direction to change their contract, they should notify the Contracting Officer for that contract and not carry out the direction until a clarification has been issued by the Contracting Officer. The Contractor shall insure that all of its employees working on this contract are informed of the substance of this article. Nothing in this article shall limit the Government?s eights in any way under the provisions of the contract, including those related to the Government?s right to inspect and accept the services to be performed under this contract. The substance of this article shall be included in all subcontracts at any tier.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/496498/listing.html)
 
Place of Performance
Address: Florissant, CO 80816
Zip Code: 80816-0185
 
Record
SN03100284-W 20130628/130626235211-eb7155bba02c8e9849a8dfe74a0f7afc (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.