MODIFICATION
D -- Avaya Maintenance and Support
- Notice Date
- 10/14/2009
- Notice Type
- Modification/Amendment
- NAICS
- 517911
— Telecommunications Resellers
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Battle Creek, HDI Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
- ZIP Code
- 49037-3092
- Solicitation Number
- SP4707-10-Q-0003
- Archive Date
- 11/4/2009
- Point of Contact
- Amanda E. Geissler, Phone: (269) 961-5466
- E-Mail Address
-
amanda.geissler@dla.mil
(amanda.geissler@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- The Defense Logistics Agency-Contracting Services Office-Battle Creek has a requirement for Avaya maintenance service. The offeror shall provide a price for each contract line item number (CLIN) in the bid schedule. The Government will make award to the responsible offeror who has the lowest overall price and who adheres to the Statement of Work. The resulting contract or order will be firm-fixed price. CLIN Description Quantity 0001 Avaya Maintenance 12 months Places of performance are Battle Creek and Lansing, Michigan. Inspection, acceptance and F.O.B. are at destination, Battle Creek, Michigan and Lansing, Michigan. Period of performance is 12 months from the date of award. Prospective vendors are directed to see the attached.pdf files for a complete statement of work (SOW) and its corresponding quality assurance surveillance plan (QASP). You must be an Avaya-authorized business partner, certified to perform work at the federal level in Michigan in order to be eligible for award. Submit your Avaya authorization letter concurrently with your quotation. Quotations received without the Avaya authorization letter will be considered technically unacceptable, will not be reviewed further and ineligible for award. Please include your Cage code with your quote. Submit written questions regarding this acquisition to amanda.geissler@dla.mil no later than Monday, October 19, 2009 at 9 a.m. Eastern Time. Please place "SP4707-10-Q-0003" in the subject line of your e-mail message. Questions received after October 19, 2009 at 9 a.m. Eastern Time WILL NOT be answered. Quotes must be received by Tuesday, October 20, 2009 at 11 a.m. Eastern Time. Offeror shall submit a Completed Bid Schedule above. Offers may be submitted by e-mail to amanda.geissler@dla.mil, or by FAX (269) 961-4226. No telephone calls will be accepted at any time. The following clauses/provisions are hereby incorporated by reference. Clauses may be accessed on the Internet at http://farsite.hill.af.mil. Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements. FAR 52.236-9 (Apr 1984) Contract Terms and Conditions – Commercial Items FAR 52.212-4 (Feb 2007) Contract Terms and Conditions Required to Implement Statues or Executive Orders –Commercial Items FAR 52.212-5 (June 2006) In paragraph (b) the following clauses apply: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2008) (X) (15) 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). (X) (16) 52.222-3, Convict Labor (June 2003)(E.O. 11755). (X) (17) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (X) (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (X) (19) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). QUESTIONS AND ANSWERS Question: The Scope of Work indicates contractor may be required to obtain a security clearance. Please clarify if this security clearance will or will not be required. Answer: A security clearance for the buildings where the work will be performed is required. After award, the successful vendor's POC will contact our security and discuss what needs to be completed to gain clearance to work in our building. A secret or top secret security clearance is not what that statement refers to and is not required. Question: There is reference to small business set aside, please clarify if this procurement full and open competition, or set aside for small business. Answer: This is not a small business set aside. Question: Who is the incumbent service provider? Answer: The previous year's Avaya maintenance was awarded to Rising Sun Telecom. Due to security issues, the successful offeror must be an Avaya authorized Business Partner, certified to perform work at the federal government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/74b64b39db74a21dec4f1ee38e73e38a)
- Place of Performance
- Address: HDI Federal Center, 74 Washington Ave. N, Battle Creek, Michigan, 49037, United States
- Zip Code: 49037
- Zip Code: 49037
- Record
- SN01985291-W 20091016/091014235029-74b64b39db74a21dec4f1ee38e73e38a (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 |