Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2005 FBO #1325
SOLICITATION NOTICE

70 -- POLYCOM VSX-3000

Notice Date
7/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Information Technology Contracts Unit/PPMS, 1000 Custer Hollow Road, Module B-3, Clarksburg, WV, 26306
 
ZIP Code
26306
 
Solicitation Number
RFQ119795
 
Response Due
7/15/2005
 
Archive Date
7/30/2005
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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. (ii) The solicitation number is 119795 and is issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. (iv) This acquisition is set aside for small businesses and the associated North American Industry Classification System (NAICS) Code is 443120 with a small business size standard of $7.5 million in average annual receipts. (v) CLIN 0001: Polycom VSX-3000, IP-Only System, Manufacturer's Part Number 2200-21600-001 - Quantity 20 Each. (vi) This requirement is a specific make and model specification. (vii) Delivery shall be made within 30 days after receipt of order to the Federal Bureau of Investigation, Westfields Business Park, 14800 Conference Center Drive, Room 102, Chantilly, Virginia 20151-3810, Attention: Ryan Feeney or Joe Rhodes; and the shipping terms shall be F.O.B. Destination unless otherwise specified by the offeror. (viii) The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation--Commercial Items, applies to this acquisition along with the following addendum. Addendum to Paragraph (a): The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement; delivery schedule; price; and past performance. Technical, delivery schedule, and past performance, when combined, are equal to price. (x) Each Offeror is required to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer. Offers received without the completed provision may not receive any further consideration. The provision is available at www.acqnet.gov. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition as well as the FAR clauses in paragraph (b) listed hereafter: (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003)(15 U.S.C. 644); (15) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUNE 2004) (E.O. 13126); (16) 52.222-21, Prohibition of Segregated Facilities (FEB 1999); (17) 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246); (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212); (19) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793); (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212); (24)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (JAN 2005) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286); (26) 52.225-13, Restrictions on Certain Foreign Purchases (MAR 2005) (E.o.s., proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); (29) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)); and (31) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C.3332). (xiii) Offerors shall pay specific attention to the Instructions contained in FAR 52.212-1. Offerors shall provide three references for past performance in accordance with FAR 52.212-1 (b)(10). (xiv) This is not an acquisition to which the Defense Priorities and Allocations System applies. (xv) Numbered Note 1 is applicable to this acquisition. (xvi) Offers are due on July 15, 2005, by 4 p.m. Eastern Daylight Savings Time, to the attention of Susan J. Smith via mail at Federal Bureau of Investigation, Module E-3, 1000 Custer Hollow Road, Clarksburg, West Virginia 26306; via facsimile at (304) 625-5391; or via e-mail at susmith@leo.gov. (xvii) For information regarding the solicitation, please contact Susan J. Smith at (304) 625-2441 or via e-mail at susmith@leo.gov.
 
Place of Performance
Address: Westfields Business Park, 14800 Conference Center Drive, Room 102, Chantilly, VA
Zip Code: 20151-3810
Country: USA
 
Record
SN00844481-W 20050713/050711211821 (fbodaily.com)
 
Source
FedBizOpps.gov 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.