SOLICITATION NOTICE
J -- Avaya Phone Maintenance Service
- Notice Date
- 8/21/2020 12:32:02 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- W7MZ USPFO ACTIVITY CT ARNG HARTFORD CT 06105-3706 USA
- ZIP Code
- 06105-3706
- Solicitation Number
- W91ZRS-20-R-003
- Response Due
- 9/4/2020 4:00:00 AM
- Archive Date
- 09/19/2020
- Point of Contact
- Fabiola Arango, Phone: (860)386-4064
- E-Mail Address
-
fabiola.arango.civ@mail.mil
(fabiola.arango.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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. This solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08 dated 13 August 2020. This solicitation number W91ZRS-20-R-0033 is for the Connecticut Army National Guard (CTARNG). The USPFO for Connecticut intends to award a Firm-Fixed Price contract for Avaya Phone Maintenance Service. The salient characteristics and exact specifications of the equipment, are attached as part of this notice.� This solicitation is for brand name only and 100% Small Business Set-aside.� POP 30-SEP-2020 TO 01-OCT-2021 Instructions to Offerors 1. All questions shall be in writing. Questions may be emailed to Fabiola.arango.civ@mail.mil Questions must be submitted no later than 12:00 p.m. EST, 02 September 2020. 2. All quotes are due no later than 07:00 a.m. EST, 04 September 2020. Quotes may be emailed to Fabiola.arango.civ@mail.mil a. It is your responsibility to make sure your quote is received. The fact that the contracting office did not receive your quote due to an error on the email address does not change the due date or time. � Basis for Award Award shall be made to a single offeror. 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 most important factors are price and past performance.� SAM Registration: Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, they may do so through the SAM website at http://www.sam.gov. Payment shall be paid thru the wide area workflow program. All payments are net 30 days. All Offerors must accept this as payment. The wide area workflow website is https://wawf.eb.mil/. Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (JUN 2020) with its offer. � Responses are due no later than 07:00am EST, Monday, 04 July 2020, and shall be electronically submitted to Fabiola.arango.civ@mail.mil The following provisions are included in this acquisition: 52.204-7 System for Award Management OCT 2018, 52.204-13 System for Award Management Maintenance OCT 2018, 52.204-16 Commercial and Government Entity Code Reporting AUG 2020, 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020, 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. AUG 2020, 52.212-1 (Dev) Instructions to Offerors - Commercial Items. (DEVIATION 2018-O0018) JUN 2020, 52.212-3 Offeror Representations and Certifications�Commercial Items JUN 2020, 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items AUG 2020, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013, 52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998, 52.252-2 Clauses Incorporated By Reference FEB 1998, 52.252-5 Authorized Deviations In Provisions APR 1984, 52.252-6 Authorized Deviations In Clauses APR 1984, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013, 252.203-7003 Agency Office of the Inspector General AUG 2019, 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011, 252.204-7003 Control Of Government Personnel Work Product APR 1992, 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016, 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information OCT 2016, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019, 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016, 252.204-7016 Covered Defense Telecommunications Equipment or Services -- Representation DEC 2019, 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation DEC 2019, 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DEC 2019, 252.215-7007 Notice of Intent to Resolicit JUN 2012, 252.225-7048 Export-Controlled Items JUN 2013, 252.225-7974 (Dev) Representation Regarding Business Operations with the Maduro Regime (DEVIATION 2020-O0005) FEB 2020, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018, 252.232-7010 Levies on Contract Payments DEC 2006, 252.239-7009 Representation of Use of Cloud Computing SEP 2015 252.239-7010 Cloud Computing Services OCT 2016, 252.239-7017 Notice of Supply Chain Risk FEB 2019, 252.239-7018 Supply Chain Risk FEB 2019, 252.244-7000 Subcontracts for Commercial Items JUN 2013, 252.244-7000 Subcontracts for Commercial Items JUN 2013, 252.247-7023 Transportation of Supplies by Sea FEB 2019, 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018). Provisions and Clauses for this synopsis/solicitation can be found at https://www.acquisition.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cdc6fb2a3ee541279f581b54149b3d74/view)
- Place of Performance
- Address: Hartford, CT 06105, USA
- Zip Code: 06105
- Country: USA
- Zip Code: 06105
- Record
- SN05768911-F 20200823/200821230202 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |