Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2024 SAM #8289
SOLICITATION NOTICE

70 -- Internal base paging via Cisco Unified Communications Manager

Notice Date
8/5/2024 10:09:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
513210 —
 
Contracting Office
W7NU USPFO ACTIVITY OHANG 179 MANSFIELD OH 44903-8049 USA
 
ZIP Code
44903-8049
 
Solicitation Number
W50S8R-24-R-5030
 
Response Due
8/15/2024 10:00:00 AM
 
Archive Date
10/30/2024
 
Point of Contact
James E Kliewer
 
E-Mail Address
james.kliewer.2@us.af.mil
(james.kliewer.2@us.af.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 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. This solicitation W50S8R-24-R-5030 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 2024-05. This solicitation is set-aside 100 percent for Small Business. The NAICS code that applies is 513210 and business size is $47M. This action will result in a FFP purchase order, utilizing simplified acquisition procedures under Full and Open competition after Exclusion of Sources. The 179th Cyberspace Wing has a need for internal base paging via Cisco Unified Communications Manager hardware. CLIN 0001 � Install and validate internal base paging via Cisco Unified Communications Manager hardware in accordance with attached Statement of Requirement (SOR). Requirement is for 1,000 devices and needs accomplished by 15 October 2024. Location - 1947 Harrington Memorial Drive, Mansfield, Ohio 44903 utilizing FOB Destination. No Site Visit.� Evaluations factors will be Best Value determination by evaluation of Responsiveness, Technical, and Price as set out in Attachment 1: Provisions and Clauses under Addendum to 52.212-2. ***Offerors shall include with their proposal a filled out 52.204-24 representation.*** ADDENDUM TO 52.212-2 1 BASIS FOR CONTRACT AWARD: This solicitation is for a Firm Fixed Price Contract. The Government intends to award a single contract to a qualified Small Business Offeror deemed responsible in accordance with the Federal Acquisition Regulation (FAR), whose quote conforms to all solicitation requirements and is judged to represent the Best Value to the Government in accordance with the evaluation scheme set out in this solicitation. The award will be made based on the lowest price, technically acceptable offer IAW FAR 15.101-2. Best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price, with appropriate consideration given to the two (2) evaluation factors: Technical and Price. 2 EVALUATION FACTORS FOR AWARD: The evaluation factors are (1) Responsiveness, (2) Technical and (3) Price. To arrive at a Best Value decision, the Contracting Officer will integrate the evaluation of Responsiveness, Technical and Price as set out in the solicitation. The overarching evaluation approach for all factors and subfactors is to determine the acceptability of the response. The quote will be evaluated to determine whether each requirement has been addressed in the quote in order to meet the acceptability standards described in the solicitation. (a) Responsive Offerors. Initially, the government shall evaluate the quote on a pass/fail basis. The quotes shall be evaluated on whether offerors have submitted a complete package to include: Technical Documentation: Contractors shall provide specification sheets on item being proposed. Contractors shall also provide their proposed work timeline, detailing steps/actions required to meet requirements set forth in Attachment 2 Statement of Requirement. Provided documents shall provide enough information to be properly evaluated to determine if proposed approach and item meets the requirements of Attachment 2 SOR and shall not simply restate SOR requirements. Total Quoted Price RESPONSIVE OFFEROR RATING Rating Description PASS Offeror has returned a complete proposal package. FAIL Offeror has NOT returned a complete proposal package. (b) Technical Evaluation. Technical Capability will be evaluated on an Acceptable/Unacceptable basis. An offeror shall obtain an �Acceptable� rating to continue further in the competition. Offerors who are deemed to merit an �Unacceptable� rating in the Technical Capability Factor will be removed from further consideration for award. Once the minimum requirements are established, the team shall evaluate the offeror's quote against these requirements to determine whether the quote is acceptable or unacceptable, using the ratings and descriptions outlined herein. Quotes are evaluated for acceptability, but not ranked using the non-price factors/subfactors. In order to be considered awardable, there must be an ""acceptable"" rating in every non-price factor/subfactor. (End of provision) *All questions are due no later than 1:00 P.M. EST on 8 August 2024*. All answers to questions (including any additional documentation provided) are distributed on a non-attribution basis. For more information regarding this solicitation please contact TSgt Casity Schag via email at casity.schag@us.af.mil or Capt James Kliewer via email at james.kliewer.2@us.af.mil All offers must include a detailed description sufficient to confirm compliance with above technical criteria and Statement of Requirements. Offers are due by 1:00 P.M. EST 15 August 2024: email casity.schag@us.af.mil and james.kliewer.2@us.af.mil List of Attachments: Attachment 1: Provisions and Clauses that apply to this solicitation. Attachment 2: Statement of Requirement
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9a470e47441b419895bd98eced0f194e/view)
 
Place of Performance
Address: Mansfield, OH 44903, USA
Zip Code: 44903
Country: USA
 
Record
SN07156978-F 20240807/240805230121 (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 |
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.