Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2010 FBO #3035
SOLICITATION NOTICE

70 -- IT Equipment IDIQ - Solicitation NAMA-10-Q-0022 MS Word 2007

Notice Date
3/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-10-Q-0022
 
Archive Date
4/13/2010
 
Point of Contact
Evelyn Carter, Phone: 301-837-0736, Gregory Carter, Phone: 301-837-3036
 
E-Mail Address
evelyn.carter@nara.gov, greg.carter@nara.gov
(evelyn.carter@nara.gov, greg.carter@nara.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation NAMA-10-Q-0022 older MS Word version Solicitation NAMA-10-Q-0022 in MS Word 2007 This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; fixed price quotations are requested and a written solicitation will not be issued. The solicitation number is NAMA-10-Q-0022 and is issued as a request for quotation (RFQ), and quotations furnished are not offers. This request does not commit the government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. Any representations and/or certifications attached to this RFQ must be completed by the vendor. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 effective February 1, 2010. COMPETITION, EVALUATION, AND CONTRACT TYPE: This is an unrestricted procurement, subject to full and open competition. The Government reserves the right to make an award on the initial quote without discussions of this procurement. Evaluation and award will be in accordance with the procedures of FAR Subpart 13.106, Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation. Award will be made to the offeror whose conforming quotation in response to the RFQ will be most advantageous to the Government. Best value for this award will be obtained through a lowest priced technically acceptable evaluation. For evaluation purposes, the firm-fixed price for each contract line item (CLIN) will be determined by multiplying the Unit Price by the Maximum Quantity of units, and the Total firm fixed price will be determined by totaling the firm-fixed price of each CLIN. Vendors must provide pricing for each CLIN. The Government will only accept commercial-off-the-shelf items. In order to facilitate a comprehensive Government evaluation, itemized technical specifications—that address each enumerated requirement of Attachment 2, Salient Characteristics—MUST be submitted for CLINs 0001 and 0003 with quotations by ALL vendors. Only vendors quoting Equal items are required to submit itemized technical specifications for CLIN 0002. The National Archives and Records Administration (NARA) intends to award an indefinite delivery-indefinite quantity contract. This anticipated contract shall be comprised of an indefinite delivery-indefinite quantity (IDIQ) CLIN that utilizes firm fixed unit prices for the purpose of effectuating orders. The Government guarantees that it will place orders for, at the very least, the Minimum Quantity for each CLIN with the successful vendor. The initial order will be placed immediately following award. NARA may issue additional orders to the successful vendor for 12 consecutive months from date of the IDIQ contract, up to the Maximum Quantity listed. AFFIRMATION STATEMENTS: Vendors must confirm in their quote that all products quoted meet the Energy Star® or Federal Energy Management Program (FEMP) energy use requirements. All items quoted must be IPv6 compliant. These products comprising this requirement are required to be compliant with Section 508. Supplies furnished under this RFQ are of domestic origin unless otherwise indicated by vendor. Vendors must include the Trade Agreement Act (TAA) Country of Production (for each CLIN) in their quotation submissions in order to assist with verification of TAA compliance. Vendors must complete and return Enclosure 2, RFQ Information Sheet, in order for their quotations to be considered. REQUIREMENTS: F.O.B. Destination pricing is requested for each CLIN, all delivery costs must be included in total firm fixed price. See Enclosure 1, Schedule of Prices. Submit pricing in accordance with the directions and tables in the Schedule of Prices. See Attachment 2, Salient Characteristics for specifications. DELIVERY: Packaging must be in a manner that prevents damage to the equipment during shipment. Delivery must be undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by NARA and the Contractor. Deliveries will be made in accordance with Attachment 1, Delivery Schedule. PERIOD OF PERFORMANCE: 12 consecutive months from date of contract. SUBMISSION OF QUOTATIONS: Two copies of each quotation should be mailed to National Archives and Records Administration (NARA), Attention: Evelyn Carter – Contractor Support, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001 or e-mailed to: evelyn.carter@nara.gov. Quotations should be received by 12:00 PM ET on March 29, 2010. Questions regarding this solicitation must be submitted in writing to Ms. Evelyn Carter no later than 12:00 PM ET on March 19, 2010 to be considered. Please allow one extra business day for delivery and receipt if quotation is sent via e-mail, as the e-mail will need to pass through IT security. Telephonic responses will not be processed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-10-Q-0022/listing.html)
 
Place of Performance
Address: Attachment 1, 'See Delivery Schedule', United States
 
Record
SN02092713-W 20100317/100315235136-244bf51b133a27c4204f17a2b4f1c5e1 (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.