Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2018 FBO #6040
SOLICITATION NOTICE

D -- SBA ODA (Office of Disaster Assistance) Nationwide Avaya Telephone System - 1 - SF1447

Notice Date
6/5/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517911 — Telecommunications Resellers
 
Contracting Office
Small Business Administration, Office of Chief Finanical Officer- Aquisition Division, SBA Contracting, 409 Third Street, S.W., Washington, District of Columbia, 20416, United States
 
ZIP Code
20416
 
Solicitation Number
73351018R0003
 
Archive Date
7/24/2018
 
Point of Contact
Cheryl T. Flanagan, Phone: 3038442035
 
E-Mail Address
Cheryl.Flanagan@sba.gov
(Cheryl.Flanagan@sba.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
7 - Brand Name Justification 6 - Past Performance / Past Experience form 5 - Clauses and Provisions 4 - Task Order 1 (TO 1) SOW - with Pricing to be Added 3 - Pricing Schedule 2 - Performance-Based Statement of Work (SOW) SF-1447 This request for proposal (RFP) is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested. A written solicitation will not be issued. This solicitation number is 73351018R0003, and this solicitation is issued as a request for proposal (RFP). The solicitation document, and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-98, dated May 31, 2018. This combined synopsis/solicitation is totally set-aside for award for small business. The NAICS code for this requirement is 517911, Telecommunications Resellers, with a size standard of 1500 employees. The Product Service Code is D316 - Telecommunication Network Management Services. Contractor shall be a certified Avaya Platinum Business Partner authorized by Avaya to perform work at the large business enterprise solution level. Prospective Vendors/Offerors not possessing this certification level will be excluded from consideration, and their proposals will not be evaluated. Proof of certification shall be provided as part of Contractor's Technical Proposal. The SBA, Office of Disaster Assistance (ODA), has a need for maintenance, servicing, and related services and possible equipment for its nationwide Avaya telephone system. As a result of the Combined Synopsis/Solicitation, the SBA intends to award one Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. The contract will be for a base year and four option years. The total contract over five years is estimated to be worth between $1,300,000.00 and $10,000,000.00 The provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition - and the following attached addenda also apply: (1) SF- 1447 - to be completed and signed by Offeror, (2) Performance-Based Statement of Work (SOW), (3) Contract Clauses and Solicitation Provisions, (4) Pricing Schedule to be completed by an Offeror, and (5) Past Performance Information form to be completed by an Offeror. The provision of 52.212-2, Evaluation - Commercial Items applies to this RFP, as does the specific evaluation criteria which can be found in the Solicitation Provisions and SOW. The required services are fully described in the SOW. The place of contract performance will be at the ODA facilities and security clearance by contractor employees will be required. Each Offeror is required to complete its registration in SAM (System Award Management) and be registered in SAM for the subject NAICS code identified in this Combined Synopsis/Solicitation before submitting its offer. Each offeror shall also be a certified Avaya Platinum Business Partner authorized by Avaya to perform work at the large business enterprise solution level The provision 52.212-4 - Contract Terms and Conditions - Commercial Items - applies to this acquisition along with the contract clauses specifically attached to this notice. The provision of 52.212-5 - Contract Terms and Conditions Required To Implement Statutes of Executive Orders - Commercial Items - applies to this acquisition, along with any identified clauses in the attachment. A complete proposal will include (1) a completed, signed, and dated SF-1447, (2) a Technical Proposal submitted in accordance with the SOW and attached proof of certification, (3) a completed Pricing Schedule, and (4) a completed Past Performance-Past Experience Information form. See provisions for further instructions. An award will consist of (1) the SF-1447 signed by both parties, (2) SOW, (3) Clauses, (4) Awardee's Technical Proposal, (5) Awardee's Pricing Schedule, and (6) Wage Determinations for the County in which Offeror's main offices are located and for the counties containing Buffalo NY, Fresno CA and Herndon VA. Potential Offerors may direct questions by email only to the Contracting Officer (CO) within the time allowed following the posting of this Combined Synopsis/Solicitation. Questions and answers will be provided in writing and posted by amendment to this notice on this website. The date and time when written questions by email shall be submitted to the CO is no later than 3 p.m., Mountain Time, June 12, 2018. Note that, due to the press of business, no other form of communication from Offeror will be entertained or replied to by the CO. The email address for the CO is cheryl.flanagan@sba.gov. The date and time when paper proposals are due the CO is July 9, 2018 no later than 3 p.m., Mountain Time. All responsible sources/Offerors may submit a written proposal and required supporting documentation that will be considered by the SBA. Proposals shall be mailed or delivered to the physical address of the CO by the stated date and time. Late proposals may not be considered, at the sole discretion of the CO. The physical address of the CO, which is also stated in the provisions, is: Cheryl T. Flanagan, Contracting Officer Small Business Administration, Denver Finance Center, Acquisition Division 721 - 19th St., Third Floor Denver, CO 80202
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SBA/OOA/OPGM/73351018R0003/listing.html)
 
Place of Performance
Address: Nationwide, United States
 
Record
SN04944200-W 20180607/180605231146-3ef49bdf7981a8de93848624d54af10d (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.