Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 06, 2015 FBO #5126
SOLICITATION NOTICE

70 -- TELESTREAM VANTAGE ASSURANCE - CLIN STRUCTURE

Notice Date
12/4/2015
 
Notice Type
Cancellation
 
NAICS
511210 — Software Publishers
 
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
HQ051663759
 
Point of Contact
Leila S. Miller, Phone: (301) 222-6031
 
E-Mail Address
leila.s.miller.civ@mail.mil
(leila.s.miller.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
REDACTED BRAND NAME J-A CLIN STRUCTURE - VENDOR MUST FILL OUT AND SUBMIT WITH THEIR QUOTES. 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. This requirement is 100% set-aside to small business only under NAICS 511210. Solicitation number HQ051663759 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84 effective 3 Sep 2015 and DFARS Publication Notice (DPN) 20151130. SEE ATTACHED CLIN STRUCTURE FOR DESCRIPTION OF ITEM(S). This is an "ALL OR NONE" procurement action. This requirement will not be broken up into multiple awards. This requirement is to procure Vantage support service for brand name Telestream system devices and software that is currently installed and configured at DMA locations around the world. The product requested herein is specific to manufacturer. No substitution will be accepted. See attached Brand Name Justification and Approval. Due to CRA, requirement is subject to availability of FY2016 funds. The period of performance will be for Base Period, plus 4 Option Years (see attached CLIN STRUCTURE for details). FAR 52.212-1, Instructions to Offerors - Commercial Items (APR 2014), applies to this acquisition. Re para (a): The North American Industry Classification System (NAICS) code is 511210 and the small business size standard is $38.5M. Re para (b)(8): Quotes must include a completed copy of FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (DEC 2014) with Alternate I (OCT 2014) or indication that the offeror's Representations and Certifications are completed on SAM.gov. Note that para (k) requires any prospective awardee shall be registered in the Central Contractor Registration (now SAM.gov) database prior to award, during performance, and through final payment. ADDENDUM TO FAR 52.212-1 Offerors must use the attached CLIN Structure for submission of pricing. GSA or open market prices will be considered. Please provide any applicable quantity or Government discount available. Required Company Information: (1) Cage Code & DUNS Number (2) Tax Identification Number (3) Business Size Period for acceptance of offers: Quotes offering less than 90 calendar days from the date designated for receipt of quotes for acceptance by the Government will be considered non-responsive and will be rejected. In order to minimize the risk of the Government purchasing counterfeit products or unauthorized secondary market equipment, which would not be supported by the Original Equipment Manufacturer (OEM), and in order to ensure that the Government purchases only equipment that is genuine (i.e., not counterfeit), authorized (e.g., including appropriate licenses), and supported (e.g., warranty and support services) by the OEM, Vendor shall certify that it is a Manufacturer Authorized Channel Partner with either Premier, Silver or Gold status as of the date of the submission of their offer, 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. Unless otherwise specified, Vendor shall warrant that the products are new and in their original box. The Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through Manufacturer Authorized Channels only, in accordance with Manufacturer's applicable policies in effect at the time of purchase. The Government will only consider proposals from manufacturer's authorized resellers/partners. FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a): Technical and Price; with award being made to the lowest priced responsible, responsive quote meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the products meeting the specific brand and on the Offeror's certification that it is a Manufacturer Authorized Partner 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. 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 posting of this requirement 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. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 CALENDAR DAYS before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 CALENDAR days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause) This contract will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil : FAR 52.212-4 Contract Terms and Conditions - Commercial Items (DEC 2014) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUL 2014) (DEVIATION) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-8 Utilization of Small Business Concerns (OCT 2014) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (JUL 2013) DFARS 252.203-7998, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-O0010) (FEB 2015) DFARS 252.203-7999, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-O0010) (FEB 2015) DFARS 252.204-7004, Alternate A, Central Contractor Registration (FEB 2014) DFARS 252.204-7012, Safeguarding Of Unclassified Controlled Technical Information (NOV 2013) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (FEB 2014) DFARS 252.211-7003, Item Unique Identification and Valuation (DEC 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) DFARS 252.246-7000 Material Inspection and Receiving Report (MAR 2014) DLAD Clause 52.211-9014, Contractor Retention of Traceability Documentation (AUG 2012) Additional FAR and DFARS clauses required by the regulations will be included. QUOTES MUST BE RECEIVED NOT LATER THAN 2 PM EASTERN TIME, 21 DEC 2015, IN ORDER TO BE CONSIDERED. Quotes may be emailed to Leila.s.miller.civ@mail.mil. Due to unexpected technical issues, email and fax may result in your quote not arriving before the cut-off time. Please allow extra time if you are sending your quote by electronic means. While email is a convenient method of communication, it is not 100% reliable. It is incumbent upon the sender to ensure that the message is delivered/read. DMA Contracting cannot be held responsible for email delivery issues.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bf0f11269a52522ddfc27236beaf8510)
 
Place of Performance
Address: DEFENSE MEDIA ACTIVITY, FORT GEORGE MEADE, Louisiana, 20755, United States
Zip Code: 20755
 
Record
SN03960889-W 20151206/151204234145-bf0f11269a52522ddfc27236beaf8510 (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.