Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2012 FBO #3697
SOLICITATION NOTICE

70 -- Life Cycle Replacement of SONET nodes - Attachments to Combined Synopsis/Solications

Notice Date
1/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
MZ15006
 
Archive Date
3/13/2012
 
Point of Contact
Gerald C. Thomas, Phone: 6182299732, Lisa A ODonnell, Phone: 618-229-9721
 
E-Mail Address
gerald.thomas1@disa.mil, lisa.odonnell@disa.mil
(gerald.thomas1@disa.mil, lisa.odonnell@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
DD Form 254 Additional Information DD Form 254 Continuation Page DD Form 254 Redacted Justification and Approval Questions and Answers Submission Template Instructions for Proposal Prep and Evaluation Factors Equipment Materials List Performance Work Statement The Defense Information Technology Contracting Organization (DITCO), Contracting Division, Hardware Section (DITCO/PL8322), 2300 East Drive, Scott AFB, IL 62225-5406, is issuing 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is MZ15006; and this solicitation is a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54. DITCO is purchasing a life cycle replacement of S-Ring SONET nodes. This procurement includes the design, procurement, installation, and integration of 8 SONET nodes. This is a "Brand Name" procurement. There is no set aside restriction for this procurement. The North America Industry Classification System (NAICS) code is 334210. The business size standard is 1000 employees. The Federal Supply Class (FSC) is 7035. This procurement is a Brand Name requirement (redacted J&A included with this posting) and will be evaluated as lowest price technically acceptable. Attached is the Performance Work Statement (PWS), a CLIN structure for pricing submission, proposal preparation instructions (which includes the requirement for Past Performance Quesionnaire submissions) and evaluation factors for award; and the DD 254. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors -- Commercial Items. Offerors must submit their proposals in the format of the attached "Instructions for Preparation of Proposals" and the Government will evaluate proposals and make a selection based on the attached Evaluation Factors for Award (lowest priced, technically acceptable) information. Each offeror shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, to include Alternate I with its offer. An offeror shall complete only paragraph (1) 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 web site, the offeror shall complete only paragraphs (b) through (k) of this provision. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items; FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. DFARS 252.212-7001 Contract Terms and Conditions Required Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. IAW 52.219-9 and Alternate II, Small Business Subcontracting Plan, proposal submitted in response to this solicitation shall include a subcontracting plan. The following provisions and clauses will be incorporated by reference: 52.202-1 Definitions. 52.203-6 Restriction on Subcontractor Sales to the Government. 52.203-6 Restriction on Subcontractor Sales to the Government Alternate I. 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. 52.203-12 Limitation on Payments to Influence Certain Federal Transactions. 52.204-2 Security Requirements. 52.204-4 Printed or Copied Double-Sided on Recycled Paper. 52.204-7 Central Contractor Registration. 52.204-9 Person Identity Verification of Contractor Personnel. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-6 Protecting the Government's Interest When Subcontracting With Contractor's Debarred, Suspended, or Proposed for Debarment. 52.217-8 Option to Extend Services. 52.219-8 Utilization of Small Business Concerns. 52.219-9 Small Business Subcontracting Plan. 52.219-28 Post Award Small Business Program Representation. 52.222-3 Convict Labor. 52.222-21 Prohibition of Segregated Facilities. 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 Disabled veterans and Veterans of the Vietnam Era. 52.222-50 Combating Trafficking in Persons. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-13 Restrictions on Certain Foreign Purchase. 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification. 52.233-1 Disputes. 52.233-3 Protest After Award. 52.233-4 Applicable Law for Breach of Contract Claim. 52.247-34 F.O.B. Destination. 252.201-7001 Contracting Officer's Representative. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.204-7003 Control Of Government Personnel Work Product. 252.204-7004 Alt, Central Contractor Registration, Alternate A. 252.204-7008 Export-Controlled Items. 252.205-7000 Provision of Information to Cooperative Agreement Holders. 252.209-7001 Disclosure of Ownership or Control by the Government of a Terroist Country. 252.209-7002 Disclosure of Ownership or Control by a Foreign Government. 252.209-7004 Subcontracting with Firms That Are Owned or Contolled by the Government of a Terrorist Country. 252.211-7003 Item Identification and Valuation. 252.211-7008 Use of Government-Assigned Serial Numbers Applicable to Defense Acquistions of Commercial Items. 252.225-7000 Buy American Act -- Balance of Payment Program Certificate. 252.225-7001 Buy American Act -- Balance of Payment Program. 252.225-7002 Qualifying Country Sources AS Subcontractors. 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazrdous Materials. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.232-7010 Levies on Contract Payments. 252.243-7001 Pricing Of Contract Modifications. 252.243-7002 Requests for Equitable Adjustment. 252.247-7023 Transportation of Supplies by Sea. The following provisions and clauses will be incorporated by full text: 52.204-9000 Points of Contact. 52.204-9001 Contract/Order Closeout-Fixed-Price, Time-and-Materials,or Labor-Hours. (DARS) 52.209-7 Information Regarding Responsbility Matters. 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters. 52.209-9000 Organizational And Consultant Conflicts Of Interest (OCCI). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. 52.219-1 Small Business Program Representations (Alternate I). 52.222-22 Previous Contracts And Compliance Reports. 52.222-25 Affirmative Action Compliance. 52.252-1 Solicitation Provisions Incorporated By Reference. 52.252-2 Clauses Incorporated By Reference. 52.211-9000 Requirement to Submit an Electronic Product List. 252.212-7000 Offeror Representations and Certifications-Commercial Items. 252.212-7001 Contract Terms and Conditions Rquired to Implement Statutues or Executive Orders. 252.232-9000 Wide Area WorkFlow. 252.247-7022 Representation of Extent of Transportation by Sea. The full text of a FAR, DFARS or DARS clauses and provisions may be accessed electronically at http://www.farsite.hill.af.mil. CCR Requirement - Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. All questions or comments must be submitted via e-mail to gerald.thomas1@disa.mil by Tuesday,17 January 2012 at 3:00 PM, Central Time (CT), responses will be posted to FEDBIZOPPS as amendments to the solicitation. All quotations must be signed, dated and received by Friday, 27 January 2012 at 3:00 PM, Central Time (CT), via e-mail to lisa.odonnell@disa.mil. Only e-mailed quotes will be accepted. Contractors are responsible for verifying receipt of their quotes. Offerors shall include Tax Identification Number, CAGE code, DUNS number, Warranty Terms, and Delivery After Receipt of Order stated on their quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/MZ15006/listing.html)
 
Place of Performance
Address: 2743 Defense Boulevard SW, Anacostia Annex, Washington, District of Columbia, 20373-5815, United States
Zip Code: 20373-5815
 
Record
SN02650368-W 20120108/120106234719-4b5d70950ca1e215dfe6d25bfc9ee1d6 (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.