SOLICITATION NOTICE
70 -- Upgrade VTC Switch - SOW, Spreadsheet
- Notice Date
- 11/19/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Battle Creek, HDI Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
- ZIP Code
- 49037-3092
- Solicitation Number
- SP4707-11-Q-0008
- Archive Date
- 12/18/2010
- Point of Contact
- Randy J Powell, Phone: 269-961-7110
- E-Mail Address
-
Randy.Powell@dla.mil
(Randy.Powell@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Spreadsheet Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. This is issued as a Request for Quote (RFQ) SP4707-11-Q-0008. This RFQ is for a contractor to provide the upgrade of the existing VTC secure switching as listed below and on the attached Statement of Work. Work is to be performed at the HDI Federal Center in Battle Creek, MI. This is a brand name requirement due to the fact that it requires specific approved equipment and approved vendors to perform this work. The DISA approved Vendors for this requirement are: Lucent Technologies, Microtech, Criticom and Freeport Technologies They are listed on the attached Switch Info Spreadsheet under Ethernet AB Switches. DISA Required Equipment is listed on Switch Info Spreadsheet. In addition Contractor must be certified in Tandberg and AMX control system programming. No substitution of required services or DISA required items is allowed. Equipment must be new and not used or refurbished Remanufactured or refurbished equipment, as defined in FAR 11.001, is technically unacceptable. Trade-in or exchange of old equipment is not available. Point of Contact: Contracting Officer, Randy Powell, Telephone 269-961-7110, email: randy.powell@dla.mil. ITEM SUPPLIES/SERVICES QTY UNIT UNIT-PRICE AMOUNT 0001 Switch Upgrade Equipment 01 EA 0002 Labor Required for Upgrade 01 EA 0003 Travel and Per Diem 01 EA 0004 Post Warranty Repair 01 EA $1,000.00 (not to exceed) Total all Lines: $ NAICS code is 541519 and the size standard is 150 Employees or $25,000,000.00. The resulting contract or order will be firm-fixed price. The offeror shall provide a price for each contract line item number (CLIN) in the Schedule above. The Government will make award to the responsible offeror who has the lowest overall price and who adheres to the Statement of Work. Per Diem and Travel is to be in accordance with the Joint Travel Regulations Offers are due 4:30p.m. (EST) Thursday, Dec 03, 2010. Offerors shall submit a Completed Schedule above and submit information required by the SOW. Offers may be submitted by e-mail to Randy.powell@dla.mil, or by FAX (269) 961-4226. The following clauses/provisions are hereby incorporated by reference. Clauses may be accessed on the Internet at http://farsite.hill.af.mil. Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements. FAR 52.236-9 (Apr 1984) Contract Terms and Conditions - Commercial Items FAR 52.212-4 (Feb 2007) Contract Terms and Conditions Required to Implement Statues or Executive Orders -Commercial Items FAR 52.212-5 (June 2006) In paragraph (b) the following clauses apply: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2008) (b) (X) (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (X) (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). (X) (15) 52.219-28, Post Award Small Business Program Reresentation (June 2007) (15 U.S.C. 632(a)(2)). (X) (16) 52.222-3, Convict Labor (June 2003)(E.O. 11755). (X) (17) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (X) (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (X) (19) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (X) (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). (X) (24) (i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). (X) (31) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.212.7001 (Sep 2005) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. (X) 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bf7413d22451d4ffeab7e91d6ec010bc)
- Place of Performance
- Address: HDI Federal Center, 74 N. Washington Ave., Battle Creek, Michigan, 49037-3084, United States
- Zip Code: 49037-3084
- Zip Code: 49037-3084
- Record
- SN02330699-W 20101121/101119234017-bf7413d22451d4ffeab7e91d6ec010bc (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 |