SOLICITATION NOTICE
99 -- Assistive Technology products to Federal and Wounded Service Members - Request for Quote
- Notice Date
- 7/28/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Other Defense Agencies, TRICARE Management Activity, Contract Operations Division - Falls Church, 5111 Leesburg Pike, Suite 550, Falls Church, Virginia, 22041, United States
- ZIP Code
- 22041
- Solicitation Number
- HT0011-11-A-0001
- Archive Date
- 9/13/2011
- Point of Contact
- Zalma Ross, Phone: 7036818744, Pamela K. Jones, Phone: 7036811146
- E-Mail Address
-
zalma.ross.ctr@tma.osd.mil, pamela.jones@tma.osd.mil
(zalma.ross.ctr@tma.osd.mil, pamela.jones@tma.osd.mil)
- Small Business Set-Aside
- N/A
- Description
- Justification Request for Quote This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement provides the solicitation; quotes are being requested in accordance with the attached solicitation. This solicitation, HT001-11-A-0001, is issued as a Request for Quote (RFQ). The Government intends to award more than one Firm Fixed Price Blanket Purchase Agreement (BPA) for the Contract Line Item Numbers (CLINs) listed in Section B. The associated North American Industry Classification System (NAICS) code is 423430. The small business size standard is 250 Employees. The TMA is seeking quotes for brand name requirements listed in Section B. The primary purpose of this request is to provide assistive technology products to Federal Employees and Wounded Service members with Dexterity, Vision, Hearing, Cognitive, and Communication Impairments in accordance with the BPA and statement of work provided for each order. See the attached RFQ for specific equipment, products, and tasks. Technical Proposal Requirements: Submission of Quotes shall be a total of two (2) parts, Parts I and II shall be submitted by the closing date. Part I - A complete proposal describing: a) Acceptance of delivery time; b) Able to deliver to Consus and OConsus locations Part II - A complete proposal for the "Sample" task which shall include the Written Technical, Past Performance and Cost Proposal for Order #1 (Attachment B) PART I - WRITTEN PRICE PROPOSAL.The proposal shall contain the following tabs : • TAB A - BPA Cover Sheet • TAB B - Supplies or Services and Prices/Costs • TAB C - Written Cost, Past Performance and Technical Proposal for Order #1 Contents of the Written Price Proposal BPA Cover Sheet. (Tab A). When completed and signed by the offeror, constitutes the offeror's acceptance of the terms and conditions of the proposed Agreement. Therefore, the form must be executed by representatives of the offeror authorized to commit the offeror to contractual obligations. Supplies or Services and Prices (Tab B). The offeror shall indicate the price to be charged for each item in Section B rounded to the nearest whole dollar. The offeror shall prepare one summary schedule which provides the Total Amount per year for each CLIN offered. The rates provided in the Schedule shall be the discounted rates offered. Technical Proposal - The offeror shall discuss delivery requirements. The offeror shall submit a Technical Proposal (not to exceed _two_ pages) on how they propose performance and provide the supplies under Order #1 (Attachment B). PART II - WRITTEN TECHNICAL PROPOSAL Each offeror shall submit all information described below. a) Past Performance - Shall be address in accordance with Attachment A; b) Acceptance of delivery time - Delivery time is 5 days to the location(s) specified in each individual order. Explain how you will meet this requirement; and c) Ability to deliver to Conus and OConus locations with signed accepted receipt, PART III - Price (offered prices shall be reviewed for fairness and reasonableness). Non-price evaluation factors, acceptability, acceptance of delivery time, when combined, are approximately equal to cost or price The period of performance: 12 months from date of award and four (4) 12-month option period. Note: Presently there is no funding for this requirement; also there will be no reimbursement for preparation and proposal cost in the event that the Government cancel this solicitation. The following Federal Acquisition Regulation (FAR) provisions and clauses in effect through FAC 2005-35 are applicable to this procurement: FAR 52.212-1, Instructions to offerors - Commercial, and FAR 212-2, Evaluation - Commercial Items, apply to this acquisition. Offerors shall include a fully executed copy of FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items applies to this acquisition. Per 12.603(b) the SF 1449 is used. FAR clause 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans and 52.232-33, Payment of Electronic Funds Transfer - Central Contractor Registration. Contractor must be registered in Central Contractor Registration (CCR) prior to award. If not already registered in CCR, go to WWW.CCR.GOV to register prior to submitting quote. All responsible sources that can provide the above requirements and deliver all of the products and support to the requirements listed in the effort shall submit written quotations no later than 30 days from the posted date of this announcement. All questions regarding this RFQ shall be submitted before Tuesday, August 9, 2011 at 2:00 PM local time. All questions must be submitted by email to zalma.ross.ctr@tma.osd.mil and Pamela.jones@tma.osd.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/12f47ee7a661468c4cf8411ca31db4cb)
- Place of Performance
- Address: Worldwide, United States
- Record
- SN02513598-W 20110730/110728235155-12f47ee7a661468c4cf8411ca31db4cb (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 |