Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
DOCUMENT

N -- Furnish and Install Voice-over-Internet-Protocol (VOIP) Telephone System - Attachments

Notice Date
8/20/2008
 
Notice Type
Attachments
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106
 
ZIP Code
64106
 
Solicitation Number
WC133R-08-RQ-1040
 
Archive Date
9/17/2008
 
Point of Contact
William J. Becker,, Phone: (816)426-7453, Jackie S Smith,, Phone: 816-426-2068
 
E-Mail Address
william.j.becker@noaa.gov, jacqueline.s.smith@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services and related supplies prepared and processed in accordance with the Federal Acquisition Regulation (FAR) Part 12.6, as supplemented with additional information included in this announcement. This is a firm, fixed-price Request for Quotations (RFQ) to furnish and install a voice over internet protocol (VOIP) telephone and voice messaging system for the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Great Lakes Environmental Research Laboratory in their new leased facility in Ann Arbor, MI. This constitutes the only solicitation that will be issued for this requirement. Written offers are being requested; however, no written solicitation will be issued. This notice is hereby issued as RFQ Number WC133R-RQ-1040. This solicitation is set aside 100% for small businesses. The applicable NAICS code for this action is 238210. There is one contract line item. OFFER FORMAT CLIN 0001 Furnish and install VOIP telephone and voice messaging system. UNIT PRICE QUANTITY UNIT TOTAL PRICE $_____________ 1 Job $________________ SECTION B - CONTRACT CLAUSES This RFP and the incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2005-25. The line item(s) will be provided in accordance with the specifications listed below. The FAR clauses incorporated into this acquisition are as follows: 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2008) [Sections (b) 5, 14, 16, 17, 19, 23, 26, and 31 and (c) 1 and 2. The equivalent rate for a Federal WG-15 is $30.08.] 52.203-3 Gratuities (Apr. 1984) 52.222-50 Combating Trafficking in Persons 52.223-2 Affirmative Procurement of Biobased Products under Service and Construction Contracts (Dec 2007) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.247-34 F.O.B. Destination (Nov 1991) The new GLERL leased facility is located at 4840 South State Street, Ann Arbor, MI 48108. Full text of the FAR clauses and provisions can be found at http://www.arnet.gov/far/. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer's Authority (Mar 2000) 1352.201-71 Contracting Officer's Technical Representative (COTR) (Feb 2005) 1352.208-70 Printing (Mar 2000) 1352.209-71 Organizational Conflict of Interest (Mar 2000) 1352.209-73 Compliance with Laws (Mar. 2000) 1352.233-70 Harmless from Liability (Mar 2000) 1352.246-70 Inspection and Acceptance (Mar 2000) Inspection and acceptance shall be performed at the new GLERL leased facility in Ann Arbor, MI. 1352.215-70 Period of Performance (Mar 2000) Performance shall begin no later than September 30, 2008, and shall be completed by December 31, 2008. 1352.237-72 Security Processing Requirements for Contractor/Subcontractor Personnel Working on a Department of Commerce Site (Low and Moderate Risk Contracts) (Dec 2006) 1352.237-73 Key Personnel (Mar 2000) The offeror shall identify, by name, the proposed Site Superintendent for this action. 1352.252-70 Regulatory Notice (Mar 2000) Full text of the CAR clauses and provisions can be found at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. SECTION C- CONTRACT DOCUMENTS, EXHIBITS, AND ATTACHMENTS 1352.211-70 Statement of Work/Specifications (Mar 2000) The Contractor shall furnish the necessary personnel, material, equipment, services, and facilities (except as otherwise specified) to perform the following Statement of Work/Specifications given in Attachment A to this solicitation. List of Attachments: The following are made a part of this solicitation and any resulting contract: A. Statement of Work B. U. S. Department of Labor Wage Determination Number 2005-2269, Revision Number 6, dated May 29, 2008. C. Contractor's completed Representations and Certifications, by reference. SECTION D - SOLICITATION PROVISIONS Additional FAR/CAR provisions incorporated into this acquisition are as follows: 52.212-1, Instruction to Offerors - Commercial Items (Apr 2008) 52.212-2 Evaluation Commercial Items (Jan. 1999) The following factors shall be used to evaluate offers: Technical Capability, Past Performance, Offeror Location, and Price. All factors other than price are equal in importance to one another. When combined, Technical Capability, Past Performance, and Offeror Location are approximately equal to the offered price. The offered price will be evaluated but not scored. The price evaluation will determine whether the offered price is realistic, complete, and reasonable in relation to the solicitation requirements. The degree of importance of the offered price will increase with the degree of equality of the technical proposals. Similarly, the degree of importance of the technical proposal will increase with the degree of equality of the offered prices. The Government reserves the right to award to other than the lowest-priced offeror or to other than the offeror with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government. 52.212-3 Offeror Representations and Certifications - Commercial Items (May 2008) 52.223-1 Biobased Product Certification (Dec 2007) 1352.252-71 Regulatory Notice (Mar 2000) Submission of Offers: All offers shall be submitted in the format specified below: (a) Completed and signed Standard Form 1449. (b) Detailed technical proposal prepared in accordance with FAR 52.212-1, Instructions to Offerors- Commercial Items. The technical proposal shall be in sufficient detail to be evaluated using the criteria set forth in FAR 52.212-2, Evaluation - Commercial Items. (c) Completed FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. SECTION E - ADDITIONAL INSTRUCTIONS TO OFFEROR Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/Central Region Acquisitions Division, Attn: William Becker, 601 East 12th Street, Room 1756, Kansas City, MO 64106. Offers must be received on or before 3:00 p.m. CDT, Tuesday, September 2, 2008. Offers may be sent by e-mail to William.J.Becker@noaa.gov. Offers submitted in response to the notice must include the following in order to be considered responsive to this request: (a) A completed price schedule for the line item identified in this notice. (b) Names, addresses, contact persons, and phone numbers of at least three (3) parties for whom the offeror has performed similar work in the last two (2) years (2006 through 2008). If any present and/or prior performance with the U.S. Government has occurred within the last two years, the offeror must list all U.S. Government agency names, addresses, contact persons, and phone numbers. (c) An affirmative statement with proposed work schedule for completing this work within the established period of performance. (d) Completed Offeror Representations and Certifications - Commercial Items. (e) Certification of the offeror's current record in the Central Contractor Registration data base. (f) Inclusion of the offeror's dun and Bradstreet Data Universal Numbering System (DUNS) identifier. DOC/NOAA/CRAD requires that all contractors doing business with this office be registered in the CCR data base. For additional information, and to register in CCR, please access the following website: http://www.ccr.gov/. In order to register in CCR, all offerors must have a DUNS identifier. A DUNS identifier may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. Award cannot e mad to any offeror that is not registered in CCR.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=21286e517fb24bb0a35adf6eb4f235b4&tab=core&_cview=1)
 
Document(s)
Attachments
 
File Name: Attachment A - Statement of Work for GLERL VOIP Telephone System (080820GLERLVOIPSOW.doc)
Link: https://www.fbo.gov//utils/view?id=280157b43b3dc335a6908676926436ae
Bytes: 155.50 Kb
 
File Name: Attachment B - U.S. DOL Wage Determination No. 2005-2269, Revision No. 6, dated May 29, 2008 (080808GLERLcablingWD.pdf)
Link: https://www.fbo.gov//utils/view?id=a497842123b33892239de7eeb7da02c0
Bytes: 678.76 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 4840 South State Street, Ann Arbor, Michigan, 48108, United States
Zip Code: 48108
 
Record
SN01645833-W 20080822/080820221529-21286e517fb24bb0a35adf6eb4f235b4 (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.