Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2012 FBO #3744
SOLICITATION NOTICE

D -- Technical and Maintenance Support for SecureLogix ETM 1000 and 3200 series systems - ONLY AUTHORIZED SECURE LOGIX RESELLERS - Statement of Work

Notice Date
2/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps RCO - National Capital Region, 2010 Henderson Road, Quantico, Virginia, 22134-5045, United States
 
ZIP Code
22134-5045
 
Solicitation Number
M00264-12-T-0110
 
Archive Date
3/20/2012
 
Point of Contact
Rita Wiggins, Phone: 7037841925, Monora Sung, Phone: 7037842579
 
E-Mail Address
rita.wiggins@usmc.mil, monora.sung@usmc.mil
(rita.wiggins@usmc.mil, monora.sung@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
copy of combined Synopsis/solicitation Statement of Work for Technical Support and Annual Maintenance 22 February 2012 Secure Logix Maintenance ROM Combined Synopsis/solicitation: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation # M00264-12-T-0110 is being issued as a Request for Quote (RFQ). (iii) Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54 effective November 02 2011. (iv) This is a unrestricted requirement under NAICS code 517919 and size standard $25.0M. (v) Contract Line Item Numbers (CLINS): 0001 - FFP - Customer Care Bundle (Per Span, SIP License: Part number = ETM-CARE-BUNDLE Quantity: 33 Delivery Date: 23 March 2012 0002 - FFP - One (1) Year Extended Warranty for 1000 Series ETM Appliance ETM: Part # = ETM-1000-EW Quantity: 1 Delivery Date: 23 March 2012 0003 - FFP - One (1) Year Extended Warranty ETM 3200 Appliance ETM: Part # = ETM-3200-EW Quantity: 2 Delivery Date: 23 March 2012 (vi) Requirement Description: See attached Statement of Work (SOW). (vii) Date of Delivery: See above CLINS. (viii) The provisions at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Offers may be submitted by email to the designated point of contact. Vendors must be registered and active in Contractor Central Registration (CCR) database: http://www.ccr.gov/ All offerors shall ensure that their submission is limited to no more than 10- pages in total and includes, at a minimum, the following information in response to this RFQ: a. SF 1449 (See FAR 52.212-1 - Instructions to Offerors, above) b. Reps and Certs (See FAR 52.212-3 and DFARS 252.212-7000 - Offerors Reps and Certs, below) c. Price for all CLINs (ix) The provisions at 52.212-2, Evaluation - Commercial Items apply to this acquisition. 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: Technical and Price. 1. Technical capability: Technical capability will be evaluated on how well the contractor comply with the description of the items under (v) Contract Line Item Numbers (CLINs). 2. Price. The Government will conduct its price analysis using one or more of the techniques specified in FAR 13.106-3, Award and Documentation. Award will be made to the lowest price technically acceptable offeror whose offer, conforming to the solicitation, is determined to be the best overall value to the Government, price and other factors considered (x) Offeror's shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executives Orders - Commercial items and DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses included (checked): 52.203-3, Gratuities (Apr 1984); 52.219-6, notice of Total Small Business Set-Aside (June 2003)(15 U.S.C.644); 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637 (d)(2) and (3)); 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)); 52.222-3, convict Labor (JUNE 2003) (E.O. 11246); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126); 52.222-21, Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007) (E.O 11246); 52.232-33, Payment by Electronic funds Transfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332); 252.232-7003, Electronic submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227), 252.247-7023, Transportation of Supplies by Sea (May 2002)(10 U.S.C. 2631) (xiii) Additional contract requirements: 1. USMC Wide Area Workflow (WAWF) Implementation (MAR2008). To implement DFARS 252.232-7003, Electronic submission of Payment Request (JAN 2004), the United States Marine Corps (USMC) utilizes WAWF Receipt and Acceptance (WAWF-RA) to electronically process vendor request for payment. This application allows DoD vendors to submit and track invoices and receipt/allowance documents electronically. The contractor is required to utilize this system when processing invoices and receiving reports under this contract/order, unless the provision at DFARS 252.232-7003(c) applies. The contractor shall (i) ensure an Electronic Business Point of Contact is designated in the https://wawf.eb.mil site, within ten (10) calendar days after award of this contract or modification. Step by step procedures to register are available at the https://wawf.eb.mil site. The USMC WAWF-RA point of contact (POC) for this contract is Ms. Anita Lowe, and can be reached at telephone number (703) 432-1668; email address anita.lowe@usmc.mil. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating do not apply to this RFQ. (xv) Quotes must be submitted/received no later than 10:00AM, 05 March 2012, EST. (xvi) Quotes should be emailed to Ms. Rita Wiggins: rita.wiggins@usmc.mil and to Sung Monora: monora.sung@usmc.mil. PLEASE NOTE: Your subject line must read "RFQ M00264-12-T-0110 from "contractor name." Due to restrictions on the size of email, ensure that all emails submitted are less than 5MB. If the proposal exceeds 5MB, please separate the submission into multiple emails and include in the subject line the RFQ# and # of # emails. Any electronic submission determined to contain a virus will be deleted and not viewed or accepted for consideration under this RFQ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M00264-12-T-0110/listing.html)
 
Place of Performance
Address: SEE ATTACHED PERFORMANCE WORK STATEMENT - QUANTICO VIRGINIA, Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN02680487-W 20120224/120222234944-61b6bc9a4b45784180c3c7a1b7ec6c42 (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.