SOLICITATION NOTICE
R -- Cisco Certified Technical Support - SF 1449
- Notice Date
- 9/15/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Texas National Processing Service Center, 3900 Karina Lane, Denton, Texas, 76208, United States
- ZIP Code
- 76208
- Solicitation Number
- HSFE11-12-R-0667
- Archive Date
- 10/5/2012
- Point of Contact
- MICHAEL L. YOUNG, Phone: 9408918635
- E-Mail Address
-
michael.young3@dhs.gov
(michael.young3@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work SF 1449 Solicitation/Pricing Schedule. Cisco Certified Technical Support Combined Synopsis/Solicitation HSFE11-12-R-0667 i. 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. ii. Request for Proposal Solicitation Number: HSFE11-12-R-0667 iii. A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. iv. This requirement is restricted to Cisco Partners who hold the pre-requisite ATP certification that enables them to resell Cisco Advanced Services in support of the ICM/IPCC product line. v. Contract Type: one Firm Fixed Price contract will be awarded from this single solicitation for a period of 12 months. ***See attached SF 1449.*** vi. Description of requirements for the items to be acquired: Cisco Certified Subject Matter Expert for Service Affecting Issues Support and Consulting Support: • 1 event - 21 day support 24/7 or 564 hours per period of performance for support of major configuration installations, configuration changes or upgrades. • 2 events requiring support not to exceed one normal business day per month (8 hours per month or 96 total hours). • 2 business days for knowledge transfer (16 hours). • 6 total onsite visits not to exceed 4 days each (192 hours). • 1 event per quarter for hardware, software and configuration events - combined (32 hours). ***See attached SF 1449 and Statement of Work for more detailed information.*** vii. Period of Performance: Base Year: Sept 24, 2012 - Sept 23, 2013. viii. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. ix. Evaluation Procedures: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and no other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA). (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 offer's 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. x. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. xi. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. xii. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The additional FAR clauses are incorporated as an addendum to this solicitation (see Attachment C for full text): FAR 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JAN 2011) FAR 52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (JAN 2011) FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) FAR 52.233-2 SERVICE OF PROTEST (SEP 2006) HSAR 3052.242-72 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (DEC 2003) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.217-5 EVALUATION OF OPTIONS JUL 1990 xiii. The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. xiv. ***Offerors must complete/return the attached Standard Form 1449 in its entirety.***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/TX-NPSC/HSFE11-12-R-0667/listing.html)
- Place of Performance
- Address: FEMA / TXNPSC, 3900 Karina Street, Denton, Texas, 76208, United States
- Zip Code: 76208
- Zip Code: 76208
- Record
- SN02884787-W 20120917/120915233721-3ebfee9c5a6dda78a0d3ae3c706c8621 (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 |