Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
MODIFICATION

70 -- CISCO UNIFIED COMMUNICATIONS SOFTWARE SUBSCRIPTIONS & SUPPORT PRODUCTS

Notice Date
9/22/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
700 Robbins Avenue, Philadelphia, PA 19111
 
ZIP Code
19111
 
Solicitation Number
N00189-14-Q-2064
 
Response Due
9/23/2014
 
Archive Date
3/22/2015
 
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
N/A
 
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 N00189-14-Q-2064 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $38.50M.This requirement is unrestricted and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-09-23 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be SUFFOLK, VA 23435 The FLC Norfolk - Philadelphia requires the following items, Exact Match Only, to the following: LI 001: Cisco Systems Unified Communications Software Subscriptions (UCSS) and associated Cisco Essential Operate Service (ESW) support products for existing Cisco Unified Communications Manager (UCM) software, brand name specific as represented on the attached Cisco Software Product List, for the period 27 January 2014 through 26 January 2015 in support of The Joint Staff, J7 Deputy Director Joint Training (DDJT) Joint Training Enterprise Network (JTEN). The Cisco site ID for The Joint Staff, J7 in Suffolk, VA is 401286232., 1, LOT; 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, FLC Norfolk - Philadelphia 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC Norfolk - Philadelphia 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 quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 511210 and the Small Business Standard is $38.5M. FAR 52.247-34, F.O.B. Destination applies 52.212-2 Evaluation - Commercial Items applies New Brand Name Specific products ONLY; NO remanufactured or "gray market" items. The offeror MUST be an authorized reseller of the manufacturer and ALL products must be covered by the manufacturer's warranty. No partial bids are permitted and no partial shipments are permitted. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use?Online Representations and Certifications Application (now System for Award Management or SAM) to respond to federal solicitations. To register in SAM, see www.sam.gov. You must be active in the System for Award Management and have a Marketing Partner Identification Number (MPIN) to register in SAM. Failure to register in SAM may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.204-10 Reporting Subcontract Awards 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.247-7023 Transportation of Supplies by Sea 252.247-7023 - ALTERNATE III 252.225-7000: Buy American Act-Balance of Payments Program Certificate; 252.232-7010: Levies on Contract Payments; 5252.NS-046P: Prospective Contractor Responsibility; 52.212-4: Contract Terms and Conditions-Commercial Items; 52.212-1: Instructions to Offerors-Commercial Items; 52.252-1: Solicitation Provisions Incorporated by Reference; 52.252-2: Clauses Incorporated by Reference; & 52.237-2: Protection of Government Buildings, Equipment, and Vegetation Prohibition on Contracting with Inverted Domestic Corporations Representation Prohibition on Contracting with Inverted Domestic Corporations Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law Requirements Relating to Compensation of Former DOD Officials Buy American Act & Balance of Payments
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N00189-14-Q-2064/listing.html)
 
Place of Performance
Address: SUFFOLK, VA 23435
Zip Code: 23435-2659
 
Record
SN03522080-W 20140924/140922235407-e6dc4e78cd0b3b34adbd746b54aefa31 (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.