SOLICITATION NOTICE
D -- Contractor shall provide enterprise software and hardware maintenance support services for the Carrier Access Broadmore equipment. - SOW
- Notice Date
- 1/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Europe, Unit 4235, Box 375, APO, Sembach, Germany, 09136-5375, United States
- ZIP Code
- 09136-5375
- Solicitation Number
- MIPRF3NF019316GC01
- Point of Contact
- Terrence P. Kenny, Phone: 3144967658, Ursula M Thau, Phone: 49-6302-9227-24
- E-Mail Address
-
terrence.kenny@disa.mil, uschi.thau@disa.mil
(terrence.kenny@disa.mil, uschi.thau@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- SCHEDULE B: contractor shall fill in Schedule B and return to the DITCO-E contracing Office with proposal. Statement of Work Synopsis Solicitation # MIPRF3NF019316GC01 The Defense Information Technology Contracting Organization-Europe (DITCO-E), Enterprise Products and Service Branch, Procurement Section (PL512) is issuing a combined synopsis/Request for Quote using the full and open competition procedures. This request for quotation RFQ MIPRF3NF019316GC01 is being issued by DITCO-EUROPE, Unit 4235, Box 375, APO AE 09136-5375. This combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. The RFQ document and incorporated provisions and clauses are those in effect through FAC 2005-38. This announcement constitutes the as the official RFQ. Quotations are being requested and a written solicitation will not be issued. These services will support to the USAFE CSS/SCML in support of the USAFE TCF-MP Project. The proposed acquisition will result in a Firm Fixed Price Service contract that will provide for enterprise support services in accordance with the attached statement of Work (SOW). The period of performance is a base period of five months from the date of award with the option for four additional one year contracts. All responses from responsible sources will be considered for evaluating the award of the contract. Oral communications are not acceptable. The proposed acquisition will result in a Firm Fixed Price commercial service type contract with the procedures detailed in FAR 13.5. NAICS code 517919 applies. The contract will include the following CLINs: CLIN 0001: Base Period : Enterprise Software and Hardware Maintenance Subscription. This includes the shipping and handling of replacement parts. All replacement parts shall be shipped no later than 3 days after receipt of failed part. The replace parts shall be shipped through some means that includes tracking. The tracking number shall be provided to the Government POC within 24 hours of shipment. See Statement of Work (SOW) below. Period of Performance: 5 Months from Date of Award Unit of Issue: Month QTY: 5 Unit Price: _____________ Line Item Cost: _____________ Item 1001: Option YR 1 : Enterprise Software and Hardware Maintenance Subscription. This includes the shipping and handling of replacement parts. All replacement parts shall be shipped no later than 3 days after receipt of failed part. The replace parts shall be shipped through some means that includes tracking. The tracking number shall be provided to the Government POC within 24 hours of shipment. See Statement of Work (SOW) below. Period of Performance: 12 Months Unit of Issue: Month QTY: 5 Unit Price: _____________ Line Item Cost: _____________ Item 2001: Option YR 2 : Enterprise Software and Hardware Maintenance Subscription. This includes the shipping and handling of replacement parts. All replacement parts shall be shipped no later than 3 days after receipt of failed part. The replace parts shall be shipped through some means that includes tracking. The tracking number shall be provided to the Government POC within 24 hours of shipment. See Statement of Work (SOW) below. Period of Performance: 12 Months Unit of Issue: Month QTY: 12 Unit Price: _____________ Line Item Cost: _____________ Item 3001: Option YR 3 : Enterprise Software and Hardware Maintenance Subscription. This includes the shipping and handling of replacement parts. All replacement parts shall be shipped no later than 3 days after receipt of failed part. The replace parts shall be shipped through some means that includes tracking. The tracking number shall be provided to the Government POC within 24 hours of shipment. See Statement of Work (SOW) below. Period of Performance: 12 Months Unit of Issue: Month QTY: 12 Unit Price: _____________ Line Item Cost: _____________ Item 4001: Option YR 4 : Enterprise Software and Hardware Maintenance Subscription. This includes the shipping and handling of replacement parts. All replacement parts shall be shipped no later than 3 days after receipt of failed part. The replace parts shall be shipped through some means that includes tracking. The tracking number shall be provided to the Government POC within 24 hours of shipment. See Statement of Work (SOW) below. Period of Performance: 12 Months Unit of Issue: Month QTY: 12 Unit Price: _____________ Line Item Cost: _____________ The contractor shall be prepared to provide service on the date of award unless otherwise stated on quotation. Any variation shall be provided as the number of days after receipt of order. Only quotes reflecting US Dollar or Euro currency are acceptable in response to this requirement. If offers are received in EURO, offers will be evaluated by converting the Euro currency to US Dollar currency, using the rate published on www.OANDA.com, in effect on the closing date of request for quote. Award shall be made based on lowest price, technically acceptable. The following clauses/provisions are applicable: FAR 52.212-1 and 52.212-3 or certification that these have been completed online via Online Representations and Certifications application (ORCA) at https://orca.bpn.gov. FAR 52.212-4 applies to this acquisition. FAR 52.212-5 applies to this acquisition - 52.212-5(DEC 2009) (DEVIATION); 52.222-21; 52.222-26. These additional clauses are applicable: FAR 52.217-8; 52.217-9; 52.245-1; 52.232-33; 52.232-9000; DFARS 252.204-7004, 252.212-7001; 252-232-7003; 252.225-7001; 252.225-7012, 252.212-7000, Offeror Representations and Certifications, Commercial Items or certification that these have been completed online via Online Representations and Certifications application (ORCA) at https://orca.bpn.gov. Offers are due via e-mail to pl512@disa.mil and terrence.kenny@disa.mil no later than 1600 Central European Time (CET), 11 February 2010. All FAR and DFAR clauses can be obtained at http://farsite.hill.af.mil/. CCR registration is required pursuant to FAR 52.212-4(t) at CCR Web site " http://www.ccr.gov ". All inquiries and questions in reference to this combined synopsis/solicitation shall be submitted, no later than 1600 Central European Time (CET), 26 January 2010, electronically and directed to Terrence Kenny, Contract Specialist, at terrence.kenny@disa.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTE/MIPRF3NF019316GC01/listing.html)
- Place of Performance
- Address: European AOR/See Attached SOW, United States
- Record
- SN02045543-W 20100122/100120235114-ac5cea74b89741d4330ecfe7275d4deb (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 |