Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2010 FBO #3170
SOLICITATION NOTICE

99 -- VIDEO TELE-CONFERENCING EQUIPMENT (VTC)

Notice Date
7/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517911 — Telecommunications Resellers
 
Contracting Office
USAR Contracting Center - East (Dix), 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
 
ZIP Code
08640-5097
 
Solicitation Number
W81E2K10231005
 
Response Due
7/30/2010
 
Archive Date
9/28/2010
 
Point of Contact
Joseph Haslach, 609-562-2763
 
E-Mail Address
USAR Contracting Center - East (Dix)
(joseph.haslach@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation #W81E2K10231005 is hereby issued as a Request for Quote (RFQ) for the procurement and installation of Video Tele-Conference Equipment for the Pentagon located in Arlington, VA. This procurement is being issued on a Small Business Set-Side basis only small businesses may apply. All small business contractors under NAICS code 517911 are being solicited resulting in a COMPETITIVELY awarded purchase order. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to provide contracted services as set forth below and in the attachments. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the Internet: http://farsite.hill.af.mil or http://www.arnet.gov/far/): FAR 52.204-7, Central Contractor Registration; the provisions at 52.212-1, Instructions to Offerors Commercial Items and Addendum to FAR Clause52.212-1 applies to this acquisition. Paragraphs (d), (e), (h), and (i) are hereby deleted from FAR 52.212-1; FAR 52.212-2 Evaluations Commercial Items, FAR 52.212-3, Offeror Representatives and Certifications Commercial Items apply to this acquisition and offeror(s) must include completed copies with their quote. FAR 52.212-3 and DFAR 252.212-7000 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in Online Representation and Certification Application (ORCA). Offerors are required to indicate whether they will accept the Government credit card as a method of payment. The clause at 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisitions and the following addendum applies: The following paragraphs are hereby deleted from the FAR Clause 52.214-4: (h), (j), (n), and (p); FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-6; FAR 52.219-28; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.232-33, Payment by Electronic TransferCentral Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt. A, Required Central Contractor Registration (52.204-7) Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program: DFARS 252.232-7003. Electronic Submission of Payment Requests; DFARS 252.246-7000, Material Inspection and Receiving Report. All contractors that are solicited/or apply must be registered in Central Contractor Registration (CCR) and the Online Representations and Certifications Application (ORCA) web-sites. Your quote MUST list your DUNS number, CAGE code, and Federal TIN with Company name, Point of Contact (POC) and phone number. A DUNS (Dun and Bradstreet) number is required in order to register. If you need to obtain or renew a DUNS number or Cage code, please visit www.ccr.gov. All contractors not registered in the CCR database prior to proposal submittal will not be considered. All contractors who have not completed their ORCA registration, please visit https://orca.bpn.gov/. Contractors must complete their ORCA registration before contract award. All invoices subject to payment by the Defense Accounting and Finance Office shall be submitted through Wide Area Workflow (WAWF). WAWF is the Governments mandatory payment method. Vendors/contractors are to be registered in WAWF to receive payment through electronic funds transfer (EFT). If you are not currently registered in WAWF, please visit the following web-site: https://wawf.eb.mil/ to complete your registration. Additional instructions for WAWF registration can be found in the attachments. In accordance with FAR 52.212-2, the Government will award a contract/purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following evaluation factors shall be used to evaluate offers: Technical, Schedule, and Price. Award will be based on the best value to the Government. Best Value is based on the above criteria in the following manner. Technical is equal to schedule and schedule is significantly more important than Price. The anticipated award will be a Firm-Fixed Price (FFP) contract. Offerors must submit quotes on the exact brand name or equal items and installation listed in the Statement of Work (attached), as well as the full quantities identified. Offerors are instructed to quote their fastest delivery schedule. Any and all shipping and handling costs must be built into the cost of the items. Any quote that has separate billing for shipping and handling will be deemed technically unacceptable. Award shall be made to a single offeror. The Contracting Officer reserves the right to make no award under this procedure. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. QUOTES MUST INCLUDE THE FOLLOWING INFORMATION: a) pricing, CAGE code, DUNS number, and Federal Tax ID The requirements for this Request For Quote (RFQ) are listed in the attached Statement of Work. Contractors are to submit their quote, via email or fax, to Joseph Haslach at joseph.haslach@us.army.mil or (609)562-6933 no later than 3:00pm Eastern Standarn Time (EST) on 30 July 2010. If you fax your quote, an email must be send, to the email address above, stating at what time the quote was faxed. Any questions must be submitted in writing to Joseph Haslach at joseph.haslach@us.army.mil no later than 2:00pm EST on 29 July 2010. ONLY ONE QUOTE PER CONTRACTOR WILL BE CONSIDERED. ALL LATE QUOTES WILL BE REJECTED. NOTE: The final quoted price(s), both total and individual, MUST include all applicable taxes, fees, gratuities, commissions, service charges, etc. THE FEDERAL GOVERNMENT IS TAX EXEMPT. REQUIRED RESPONSE DATE: Quotes MUST be received by 3:00pm EST on 30 July 2010. Quotes are to be emailed or faxed to Joseph Haslach, Contract Specialist, at joseph.haslach@us.army.mil or (609)562-6933. If you fax your quote, an email must be send, to the email address above, stating at what time the quote was faxed. Any questions must be submitted in writing to Joseph Haslach at joseph.haslach@us.army.mil no later than 2:00pm EST on 29 July 2010. Quotes are being requested and a written solicitation will not be issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e345020a55108ec9b006b76dece6a93a)
 
Place of Performance
Address: USAR Contracting Center - East (Dix) 5418 South Scott Plaza, Fort Dix NJ
Zip Code: 08640-5097
 
Record
SN02220582-W 20100730/100728235242-e345020a55108ec9b006b76dece6a93a (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.