SOLICITATION NOTICE
58 -- Voice over IP for multiple facilities to intergrate with existing system at Indian Health Service Oklahoma CIty Area Office - ISA - Statement of Work
- Notice Date
- 5/14/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
- ZIP Code
- 73114
- Solicitation Number
- 246-10-P-0031
- Archive Date
- 6/18/2010
- Point of Contact
- Larry K. Park, Phone: 4059513975
- E-Mail Address
-
Larry.Park@ihs.gov
(Larry.Park@ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment A Statement of Work VOIP Attachment B Internet security Agreement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the FAR 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. The solicitation number is 246-10-P-0013 and issued as a request for proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 334210 with a small business size standard of 1,000 employees. The Indian Health Service intends to award a firm fixed price contract. This requirement is a performance based statement of work to provide a converged Voice over IP/Data Network that will seamlessly integrate into the existing Indian Health Services Oklahoma City Area Voice/Data Network. See attachment A Performance Based Statement of Work Contract line item 0001: Quantity/Units - 1 Job ______________ Item Description: Provide a converged Voice over IP/Data solution that integrates into the existing Oklahoma City Area Voice/Data Network in accordance with the (Attachment A) Performance based Statement of Work. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), 108 Stat. 2530 as implemented by 25 U.S.C. 1638c) and FAR Subpart 37.6, Performance-Based Contracting. This acquisition is to be evaluated as a best value continuum with tradeoff process. The written proposal shall be evaluated on technical capability, past performance and price. The Government scope of exchanges with the offeror is expected to be limited to clarifications of the proposal only FAR 15.306. Award may be made without discussions. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-4 Contract Terms and Conditions - Commercial Items, 52.212-1, Instructions to Offerors Commercial Items. and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. Offerors must include a completed copy of provision 52.213-3 Offeror Representations and Certifications Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Feb 2008) applies to this acquisition. The following clauses apply 52.203-6, Restriction on Subcontractor Sales to the Government (Sept 2006); 52.222-3, Convict Labor (June 2003); 52.219-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-3, 52.222-50 Combating Trafficking in Persons (Aug 2007) ; 52.232-33, Payment by Electronic Funds transfer-Central Contractor Registration (Oct 2003). The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price, technical capability and past performance. Technical and past performance, when combined, are more important when compared to price. Technical capability will be evaluated on how well the proposal meets the Government requirements set forth in this Request for Proposals. A brief description of technical capability shall be submitted with the proposal. Past performance shall be evaluated in accordance with the procedures in FAR part 13.106. The proposal shall include the contact name, telephone number and contract number of past or current contracts with Federal, State, local government and private efforts similar to this requirement awarded within the last three years. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following HHSAR clauses are incorporated by Reference: HHSAR 352.270-13 Tobacco-Free Facilities (Jan 2006), HHSAR 352.270-17 Crime control act of 1990 Reporting Child Abuse (Jan 2006), HHSAR352.270-18 Crime control act of 1990- Requirement for Background Checks (JAN 2006), Business Associate Agreement Clause. Contractor must be registered in Central Contractor Registration (CCR) prior to award. Offeror's written proposals containing pricing for Contract line item 0001, 52.212-3 Offeror Representations and Certifications Commercial Items, written proposal materials and the completed Interconnection Security Agreement must be delivered via Federal Express or UPS to the Indian Health Service, Division of Acquisition Management, 701 Market Drive, Oklahoma City, OK 73114 Attn: Larry Park by 4:00 PM CDT 6/3/2010. All responsible sources may submit a proposal which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-10-P-0031/listing.html)
- Place of Performance
- Address: Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma CIty, Oklahoma, 73114, United States
- Zip Code: 73114
- Zip Code: 73114
- Record
- SN02149716-W 20100516/100514234551-b4b90a7a17fa7f4dbd5428146ad1aa6e (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 |