Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
MODIFICATION

70 -- OPTION - CISCO SMARTNET Hardware, Software Maintenance

Notice Date
9/29/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
800 Seal Beach Blvd, Seal Beach, CA 90740
 
ZIP Code
90740
 
Solicitation Number
N00244-14-T-0229
 
Response Due
9/29/2014
 
Archive Date
3/28/2015
 
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 N00244-14-T-0229 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 541511 with a small business size standard of $27.50M.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 2014-09-29 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Point Mugu, CA 93042 The FLC - San Diego requires the following items, Exact Match Only, to the following: Base Period of Performance: 10/01/2014 - 09/30/2015 LI 001: CISCO SMARTNET Support, Maintenance for the Period of Performance of 01 Oct 2014 to 30 Sep 2015., 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, FLC - San Diego 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 - San Diego 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. FAR 52.247-34, F.o.b. Destination applies New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.222-21 Prohibition of Segregated Facilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.232-18 Availability of Funds 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 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 (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Reporting Executive Compensation and First-Tier Subcontract Awards. Instructions to Offerors -- Commercial Items. Evaluation -- Commercial Items. (Lowest price technically acceptable) Offeror Representations and Certifications -- Commercial Items. Contract Terms and Conditions -- Commercial Items. Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Convict Labor. Child Labor?Cooperation with Authorities and Remedies. Equal Opportunity. Equal Opportunity for Veterans. Affirmative Action for Workers With Disabilities. Encouraging Contractor Policies to Ban Text Messaging While Driving. Restrictions on Certain Foreign Purchases. Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran?Representation and Certifications. Disputes. Protest After Award. Applicable Law for Breach of Contract Claim. Clauses Incorporated by Reference. http://farsite.hill.af.mil/ https://www.acquisition.gov/far http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html Requirements Relating to Compensation of Former DoD Officials. Alternate A, System for Award Management. Representation Regarding Conviction of a Felony Criminal Prohibition of Hexavalent Chromium. Buy American Statute--Balance of Payments Program Certificate. Buy American and Balance of Payments Program. Transportation of Supplies by Sea. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. Paper copies of this solicitation will not be made available. This solicitation document and incorporates provision and clauses in effect through FAC 2005-69 and DFARS Change Notice 20130808. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed per the Clause 52.252-2 as included above. The NAICS code is 541511 and the Small Business Standard is $27.5 M. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items/FAR 52.212-3 Alt I Offeror Representations and Certifications -- Commercial Items. Effective Jan 2005, all offerors are required to use Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the System for Award Management (www.sam.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. F.o.b. ? Destination. Control of Government Personnel Work Product. Levies on Contract Payments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N00244-14-T-0229/listing.html)
 
Place of Performance
Address: Point Mugu, CA 93042
Zip Code: 93042-5003
 
Record
SN03535867-W 20141001/140930022519-5b00e5532f9d29fcbab055b596bcdcff (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.