SOLICITATION NOTICE
70 -- Cisco WebEx Pro
- Notice Date
- 9/18/2023 7:46:32 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- COMMANDING OFFICER NORFOLK VA 23551-2596 USA
- ZIP Code
- 23551-2596
- Solicitation Number
- M2000123Q0013
- Response Due
- 9/21/2023 7:00:00 AM
- Archive Date
- 09/21/2023
- Point of Contact
- NICHOLE DEWITT, Phone: 7574451545, SSgt Raynn L. Baptiste, Phone: 7574454290
- E-Mail Address
-
NICHOLE.L.DEWITT@USMC.MIL, raynn.baptiste@usmc.mil
(NICHOLE.L.DEWITT@USMC.MIL, raynn.baptiste@usmc.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial products or commercial services 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.� Offers are due on September 21, 2023, at 10:00AM (EST) to Nichole Dewitt (nichole.l.dewitt@usmc.mil)� NAICS: 334290 Size Standard: 800EMP� � ITEM REQUESTED (3) EACH BRAND NAME:�(CISCO WEBEX DESK PRO-NO RADIO TAA) MFR PART NR: CS-DESKPRO-NR-K9-++ FOB Destination The solicitation document and incorporated provisions and clauses are those in effect through FederalAcquisition Circular 2023-05. (www.acqusition.gov)� Provisions and Clauses:� Offerors are instructed to completely fill out FAR 52.204-24 or 52.204-26 AND 252.204-7016 or 252.204-7018 and return it along with your quote. If you do not have a SAM.gov profile or it has not been updated, please fill out and return FAR 52.212-3.� Provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition and a statement regarding any addenda to the provision.� Provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, and the specific evaluation criteria to be included in paragraph (a) of that provision.� 52.212-2 EVALUATION�COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) (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: BASIS OF AWARD:� Offers will be evaluated based on (1) Price; (2) Technical Capability of the Offer to Meet the Government�s Requirement; and (3) Past Performance and Risk Assesment . The Government reserves the right to award without discussions but reserves the right to engage in discussions if later determined to be in the best interest of the Government.� This acquisition will be conducted in accordance with FAR Part 12, Acquisition of Commercial Items and FAR 13, Simplified Acquisition Procedures. A mere statement that the vendor �will meet the Government�s requirements� is insufficient; the vendor must demonstrate how it will meet the requirement.� Vendor quotes shall include the following information: Price:�� The price quote must reflect unit prices, extended amounts per line item, and overall total.� (Note: All prices must be actual �face-value� pricing having already accounted for any discounts offered and extended to the Government). Technical Capability of the Offer to Meet the Government�s Requirement:� The vendor shall provide a capability statement/performance plan that demonstrates their ability to provide the required services in the solicitation.� The vendor should address their experience providing this type of service, equipment supplied, and any other relevant information. �Past Performance:�� The contractor shall ensure they are conforming to requirements and to standards of good workmanship: forecasting and controlling costs: adhering to schedules, including the administrative aspects of performance; reasonable and cooperative behavior and commitment to customer satisfaction; complying with the requirements of the small business subcontracting plan; maintaining integrity and business ethics; and business-like concern for the interest of the customer.� The Government will review past performance and risk assesment, utilizing the appropriate databases. Offerors must be registered in the System for Award Management (SAM) database.� Information on registering in SAM may be obtained by contacting Nichole Dewitt by email at nichole/l/dewitt@usmc.mil or by telephone at 757-445-1545.� WIDE-AREA WORKFLOW � RECEIPT AND ACCEPTANCE.� As a condition of receipt of any resulting order, the Contractor agrees to implement the Department of Defense (DOD) web-based application.� Information on registering in WAWF-R&A may be obtained by contacting Nichole Dewitt by email at nichole.l.dewitt@usmc.mil or by telephone at 757-445-1545.� SUBMISSION REQUIREMENTS.� Quotes submitted in response to this RFQ shall include: ����������� (a) Technical Quote to include Delivery ����������� (b) Price/Quote ����������� (c) Vendors must complete and return FAR 52.212-3 or FAR 52.204-26 deviation and return with their quote package. FAR 52.212-3 and FAR 52.204-26 is incorporated by FULL TEXT in this solicitation, under the Clause and Provision Section. (b) 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) Clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition and a statement regarding any addenda to the clause.� 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ecbfc3c0e81c45c0bab03ada1cb0a336/view)
- Place of Performance
- Address: Norfolk, VA 23551, USA
- Zip Code: 23551
- Country: USA
- Zip Code: 23551
- Record
- SN06835899-F 20230920/230918230128 (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 |