Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
SOLICITATION NOTICE

D -- Replacement Phone System

Notice Date
7/9/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GEEASTSIDE FEDERAL COMPLEX911 NE 11TH AVENUEPORTLANDOR97232-4181
 
ZIP Code
97232-4181
 
Solicitation Number
F13PS00670
 
Response Due
7/25/2013
 
Archive Date
8/24/2013
 
Point of Contact
Valarie Reinholz
 
Small Business Set-Aside
N/A
 
Description
Description: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) Solicitation Number is F13PS00670. The solicitation is issued as a Request for Proposal (RFP) in accordance with FAR Parts 12 and 13. (iii) The solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-66. (iv) This acquisition will utilize full and open competition; there are no set asides for small businesses. For this acquisition, a concern will be considered small under NAICS 517110 with size standard of less than 1500 employees. (v) The scope of the work to be acquired is set forth in the Statement of Work (SOW). The SOW is available for download via www.FBO.gov. (vi) Description of requirements: -- Traditional Private Branch Exchange (PBX), Public Switched Telephone Network system, and/or -- Voice over Internet Protocol telephone system The quotes are to include all equipment, hardware, software, additional cabling/network lines/components, and service costs as well as the technical advantages of each system. Requested equipment and services include: 1.Four attendant base consoles to manage incoming calls. 2.Replacement of existing desktop phones (110) 3.Seven wireless headsets with full telephone capabilities and range throughout building. 4.Full range of attendant system and desktop telephone commands and prompts (as applicable) for: - Call waiting, forwarding, transfers, redial - Caller ID - Call log - Definable speed dials - User directories - Activity reporting - Conference calling - Hunt groups (if applicable) - Voice mail - Extension dialing - Call accept/reject - Follow-me/transfer call ringing - Auto-attendants - Simultaneous ringing - Real time reporting - Browser-based administration - Attendant voice-overs - Phone tree administration (vii) Date(s) and place(s) of delivery and acceptance and FOB point. A.There will be an onsite inspection meeting held on July 17, 2013 at 13:30 pm at the USFWS National Forensic Lab at 1490 East Main St, Ashland, OR 97520. The Technical Point of contact will lead the inspection at the site where services are to be performed. This will enable vendors to identify any general and local conditions that affect the cost of contract performance. Information provided at the site visit shall not alter the terms and conditions of the solicitation and specifications. B. All proposals must be submitted to the contract specialist via email by 12 pm on July 25th. C.Product Demonstration. The lab requests a product demonstration from any offeror who has submitted a proposal. The demonstrations will need to be done between July 29th, 30th and 31st. Please call Darrell Hegdahl at 541-482-4191 to set up a time. All proposals and pricing will have had to be submitted by the proposal deadline of July 25th for the meeting to take place. (viii) Provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition 52.212-1 Addendum: (b) Submission of Offers. 1. General Instructions: i. Interested parties capable of providing the specified items/services listed in the SOW must submit a written offer via email to Valarie Reinholz, Contracting Officer, valarie_reinholz@fws.gov and Darrell Hegdahl, Administrative Branch Chief, Darrell_hegdahl@fws.gov. Do not send as an executable or.exe file. Any corrupted file or media containing a virus could result in the offer not being considered for award. ii. Software Compatibility. Use a word processing and spreadsheet program compatible with Microsoft Word 2007 and Microsoft Excel 2007. PDF is Adobe Portable Document Format. iii. Solicitation Questions and Site Visit. Any questions relating to the solicitation and site visit shall be submitted to the Contracting Officer and the Administrative Branch Chief noted above by 25 July 2013. Any questions received after this date may or may not be answered, due to time constraints of the solicitation. iv. Submit offer as follows: DOCUMENT CONTENTS FILE FORMAT Part One Technical Proposal PDF or.doc Part Two Past Performance PDF or.doc Part Three Pricing and Contracting PDF or.doc and.xls 2. Specific Instructions for Parts One, Two, and Three: i. Part One -- Technical Proposal. Address the Technical Proposal subfactor as follows: Subfactor 1 - Provider Capability Provide evidence of being a telecommunications company having the capability to meet or exceed the requirements listed in the SOW. ii. Part Two -- Past Performance Information (PPI) Submit information from recent contracts performed within the last two (2) years, which are considered relevant in demonstrating ability to perform the requirements listed in the SOW. Include the following administrative data for each referenced contract submitted Offeror's company name; contracting agency; contract number; brief description of contract; contract type (i.e., fixed price, time and material, etc.); period of performance, identification of any significant achievements or past problems and resolution; and name, address, telephone number, and email address of program manager and Contracting Officer. iii. Part Three A. Contracting Information. (1) Provide the Offeror's name, address, cage code, data universal numbering system (DUNS) number as registered and active in the System for Award Management (www.sam.gov). (2) Include signature of individual authorized to make an offer; print individual's name, title, e-mail address and phone number. (3) If the remittance address is different from the mailing address, include all applicable remittance addresses. B. Pricing Information. (1) Submit completed copy of the proposal containing the Offeror's proposed amounts for project. (2) The US Fish & Wildlife Service, National Forensic Lab is a Federal Government entity, and as such, is exempt from certain taxes. Therefore, the offeror/awardee may not propose for any taxes from which the Federal Government is exempt. (3) Period of Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 120 days from the date specified for receipt of offers. (4) Multiple offers. If more than one solution to the services is available, Offeror may submit multiple offers for consideration. Should the Offeror claim exceptions to any requirement in the solicitation, these exceptions shall be listed and rationale provided. Failure to include exceptions will be deemed as acceptance of all terms and conditions of the solicitation and resulting contract. (ix) Evaluation - Commercial Items, applies to this acquisition along with the following Far 15.101-2 for Evaluation. Evaluation Criteria. This will be awarded based on lowest price technically acceptable. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. By submission of an offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. All Offerors shall be evaluated for technical acceptability. Failure to meet a requirement may result in an offer being determined technically unacceptable. The evaluation process shall proceed as follows: (a) FACTOR 1 - TECHNICAL. The on-site evaluation team will evaluate the technical proposals on a pass/fail basis, assigning ratings of acceptable or unacceptable. Only those offers determined to be technically acceptable, either initially or as a result of discussions, will be considered for an award. The offers shall be evaluated against the following technical subfactors: Subfactor 1 - Provider Capability This subfactor is met when the Offeror provides evidence they can meet or exceed the requested equipment and services provided in the SOW. (b) FACTOR 2 -- PRICE. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price. (c) Past Performance will be looked at for assessing the probability of success, problems on previous efforts, and the alternatives available to meet the requirements. If the lowest priced, technically acceptable offer is deemed to have met all items listed above, the Contracting Officer may determine it to represent the best value to the Government. If so, award shall be made to that offeror without discussions or further consideration of any other offer. (x) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (xi) Clauses 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and 252.212-7001 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply to this acquisition. In addition, the following additional FAR/DFARS/AFFARS clauses, either by reference or full text, apply (clauses may be obtained via the internet at http://farsite.hill.af.mil). 52.222-3 Convict Labor Jun 2003 52.222-21 Prohibition of Segregated Facilities Feb 1999 52.222-26 Equal Opportunity Mar 2007 52.222-36 Affirmative Action for Workers with Disabilities Oct 2010 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons Feb 2009 52.223-18 Contractor Policy to Ban Text Messaging While Driving Sep 2010 52.225-01 Buy American Act Supplies 52.225-13 Restrictions on Certain Foreign Purchases 52.232-18 Availability of Funds Apr 1984 52.232-36 Payment by Third Party Feb 2010 52.233-3 Protest After Award Aug 1996 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 52.243-1 Changes Fixed Price 52.252-1, Solicitation Provisions Incorporated by Reference, Feb 1998. 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: www.acquisition.gov/FAR (xii) Please list any warranty information in the proposals (xiii) All proposals must be submitted to the contract specialist, Valarie Reinholz, via email at valarie_reinholz@fws.gov by 12 pm on July 25th. (xiv) Contact information for this solicitation is: Contracting Officer: Valarie Reinholz 541-488-6504 (valarie_reinholz@fws.gov) Primary Technical POC: Darrell Hegdahl 541-488-6501 (darrell_hegdahl@fws.gov)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F13PS00670/listing.html)
 
Record
SN03111315-W 20130711/130709235439-afb5e7e0350ddd579fc33533fc283834 (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.