Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2009 FBO #2819
SOLICITATION NOTICE

58 -- "New" or "Other Than New" Avaya 9630G GIG IP Phone

Notice Date
8/11/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, U. S. Geological Survey, USGS - All Offices, U S GEOLOGICAL SURVEY, APS PO BOX 25046, MS204BDENVER FEDERAL CENTER DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
09CRQQ0280
 
Response Due
8/18/2009
 
Archive Date
8/11/2010
 
Point of Contact
GRACE OAKELEY CONTRACT SPECIALIST 3032369326 goakeley@usgs.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION Avaya 9630G GIG IP Phone, Manufacturer Part No. 9630G (I) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 09CRQQ0280. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. (IV) The associated NAICS code is 334210. The size standard is 1,000 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item: CLIN NO. 0001 - New or Other Than New, Avaya 9630G GIG IP Phone, Manufacturer Part No. 9630G. Quantity: 500 Each (VI) Description of requirements is as follows: Phones will be used with an existing Avaya 650 PBX and Voice mail equipment. Offerors shall provide at a minimum a one (1) year warranty, however a longer warranty period is more desirable. If offeror is offering an "other than new" product, quote must include a description of their "other than new" policy/process. The manufacturer of the phone is: Avaya Federal Solutions, Inc.2250 Corporate Park Drive, Suite 200Herndon, VA 20171-4836Phone: 703-390-8271Fax: 703-390-8300 (VII) Required delivery on or about October 30, 2009. Place of delivery is Bldg. 53, Ent. S-1, MS-801, Denver Federal Center, Denver CO 80225. Delivery shall be FOB Destination. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the evaluation factors set forth in Paragraph (a) below which are of equal importance. In determining which quotation offers the greatest value or advantage to the Government, overall technical merit will be of equal importance as price. Paragraph (a) is hereby completed as follows: Factor (A): Warranty: The offeror shall have at a minimum a 1 year warranty, however, a longer warranty period is more desirable. Factor (B): Past Performance (quality, timeliness, business relations, comparable experience): The offeror shall submit references from previous customers that have purchased this item. The offerors are cautioned to study the Evaluation Factors stated above along with their relative importance. Your quotation package must address each of these factors since these are the standards against which your quotation will be evaluated. It is the offeror's responsibility to include the appropriate documentation in its quotation package to allow a complete technical/price evaluation. Failure to submit the appropriate documentation may result in the rejection of the offeror's quotation. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2008), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2008), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2008) applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-03, Protest After Award (AUG 1996) (31 U.S.C. 3553).(3) 52.233-04, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) The following clauses under Subparagraph (b) apply: (b)(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).(6) 52.219-4 Notice of Price Evaluation preference for HUBZone Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 644).(10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)).(18) 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212).(26) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fee (Dec 2004)(E.O. 13201).(32)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: None in this subparagraph apply. (XIII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998). 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:www.arnet.gov The following additional terms and conditions apply:52.204-07 Central Contractor Registration (April 2008)52.214-34 Submission of Offers in the English Language (Apr 1991)52.214-35 Submission of Offers in U.S. Currency (Apr 1991)1452.203-70, Restriction on Endorsements--Department of the Interior (July 1996) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) The Government intends to award a firm-fixed-price type contract resulting from this solicitation. Quotes are required to be received in the contracting office no later than 3:00 P.M. MST/ on August 18, 2009. All quotes must be faxed or emailed to the attention of Grace Oakeley. The fax number is (303) 236-2710. (XVI) Any questions regarding this solicitation should be directed to Grace Oakeley, 303-236-9326, goakeley@usgs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/09CRQQ0280/listing.html)
 
Place of Performance
Address: Denver, CO<br />
Zip Code: 80225<br />
 
Record
SN01907334-W 20090813/090812000903-55d8bbd9e3b16560ff9df4fbfa1a2e9d (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.