MODIFICATION
58 -- Voice Conferencing System - Amendment 3
- Notice Date
- 6/19/2014
- Notice Type
- Modification/Amendment
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-14-R-0030
- Archive Date
- 7/10/2014
- Point of Contact
- Tonya J. Lakner, Phone: 3013420262
- E-Mail Address
-
tonya.lakner@navy.mil
(tonya.lakner@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Questions and Answers dated 18 June 2014 Evaluation Factors Updated CDRLs dated 18 June 2014 Updated CLINs dated 18 June 2014 Requirements Document, Revision 1.2 dated 18 June 2014 - Clean Requirements Document, Revision 1.2 dated 18 June 2014 - Redline 19 June 2014 Update: The Voice Conferencing System (VCS) Requirements Document has been revised. See Revision 1.2 dated 18 June 2014 as well as the redline document (with tracked changes) attached. SUBMITTAL INFORMATION: Proposal submissions must be received at the NAWCAD office cited no later than 2:00 p.m. Eastern Time on 25 June 2014. Since proposal submission has been extended until 25 June 2014, Past Performance Questionnaires are due no later than 2:00 p.m. Eastern Time on 25 June 2014. UPDATED CLAUSES: The provision at 52.212-1, Instructions to Offerors - Commercial Items, (June 2008) is incorporated by reference and applies to this acquisition and any addenda to the provision. 52.212-1, Instructions to Offerors - Commercial Items, (June 2008), para (c) is amended as follows: (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers. The provision at 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. (a) 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 other factors considered. The following factors shall be used to evaluate offers: Technical; Past Performance; Price. Technical and Past Performance, when combined, are Significantly more important than Price. (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. (End of Provision) See attached Evaluation Factors for Award. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Alt 1, Offeror Representations and Certifications -- Commercial Items (Nov 2013), with its offer. FAR 52.247-34 F.o.b.-Destination (Nov 1991) is incorporated by reference and applies to this acquisition. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2008), is incorporated by reference and applies to this acquisition and any addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items is incorporated by reference (Deviation- 2013-O0019) (Jan 2014). The provision at 52.216-18 - Ordering (Oct 1995), applies to this acquisition. (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from __________ through ____________. To be completed at time of award. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) The provision at 52.216-19 -- Order Limitations (Oct 1995), applies to this acquisition. (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 1, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of 270 Qty ; (2) Any order for a combination of items in excess of 794 Qty ; or (3) A series of orders from the same ordering office within 5 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 3 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) The provision at 52.216-22 -- Indefinite Quantity (Oct 1995), applies to this acquisition. (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 30 September 2019. (End of Clause) 5252.216-9506 MINIMUM AND MAXIMUM QUANTITIES (NAVAIR) (MAR 1999), applies to this acquisition As referred to in paragraph (b) of FAR 52.216-22 " Indefinite Quantity" of this contract, the contract minimum quantity is 1 ; the maximum quantity is 794. Therefore, 19 June 2014 updates are as follows: 1. (VCS) Requirements Document has been revised (see attached files: Rev 1.2, 18 June 2014). 2. CLINs have been updated (see attached file). 3. CDRLs have been updated (see attached file). 4. Proposal and Past Performance Questionnaire submission date has been extended until no later than 2:00 p.m. Eastern Time on 25 June 2014. 5. Vendor Demonstrations are still expected to be scheduled for 7-11 July 2014. 6. Additional Questions and Answers have been posted on FedBizOpps (see attached file). 7. FAR, DFAR, and NAVAIR clauses have been updated. 8. Evaluation Factors for Award have been posted (see attached file) on FedBizOpps.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-14-R-0030/listing.html)
- Place of Performance
- Address: Atlantic Test Range, Test Communications Branch, 23013 Cedar Point Road, Patuxent River, Maryland, 20670-1614, United States
- Zip Code: 20670-1614
- Zip Code: 20670-1614
- Record
- SN03400168-W 20140621/140619234553-a8d9991d57c8c69e0388d3ff2883d264 (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 |