Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2012 FBO #3931
SOLICITATION NOTICE

D -- Radio IP (RCoIP) System Maintenance - RAVIN - Performance Work Statement

Notice Date
8/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of Agriculture, Forest Service, WO-AQM IT Support, Albuquerque Service Center, Pan American Bldg, Suite 200, 101 B Sun Ave NE, Albuquerque, New Mexico, 87109, United States
 
ZIP Code
87109
 
Solicitation Number
AG-7604-S-12-0074
 
Archive Date
9/6/2012
 
Point of Contact
Michael DeSouto, Phone: 540-265-5171
 
E-Mail Address
mdesouto@fs.fed.us
(mdesouto@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand-Name Justification Performance Work Statement and all Technical Exhibits with Brand Name Justification This is a request for proposal for commercial items prepared in accordance with the format in Federal Acquisition Regulation, Part 5.201(6). This request is for firm fixed price for Radio IP (RCoIP) RAVIN System Maintenance. This solicitation is set aside for small business. All potential bidders are reminded to be registered with Required Central Contractor Registration (CCR), and Representations and Certifications Application (ORCA). If vendors are not registered in these databases at time of quote submission, any quote received will be considered ineligible for award; also late submission will not be accepted. All vendors must sign and submit with quotes the attached Provision-Clauses to be considered for award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. TECHNICAL REQUIREMENTS: See Attached Performance Work Statement and Brand-name Justification. Invoicing must follow the procedures of the Forest Service. The invoices must detail charges as either Development or Operations & Maintenance. The Program Manager must sign off on the invoice before it can be submitted for payment. The original invoice shall be submitted as follows: • The original invoice to the Program Manager for Acceptance. • Once the Program Manager reviews and concurs with the Invoice as submitted, they will provide an Acceptance signature and forward the invoice to the Government Receipter for their organization. • Once the Government's Receipter processes the receipt in the system, the Receipter shall forward the Accepted Invoice and a Screen Print of the Receipt by email to the Invoice Processing Office so that processing for payment can occur. All invoices will be submitted via Email to: wo_aqm_it_invoices@fs.fed.us. In the subject line please add the following information: Contract/ Order No., Vendor Name, Invoice No. and Contracting Officers Name. INSPECTION AND ACCEPTANCE FAR 52.246-4 Inspection of Services - Fixed-Price. AGAR 452.246-70 Inspection and Acceptance. INSPECTION AND ACCEPTANCE (FEB 1988) The Contracting Officer or the Contracting Officer's duly authorized representative will inspect and accept the supplies and/or services to be provided under this contact. FEDERAL ACQUISITION REGULATIONS (FAR) CLAUSES The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause that are applicable to the acquisition are: 52.203-6, 52.219-27, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.223-15, 52.225-5, 52.225-13, 52.232-33, 52.239-1, 52.223-15 FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): www.arnet.gov/far/ www.usda.gov/procurement/policy/agar.html 52.217-8 Option to Extend Services. (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days. (End of clause) 52.217-9 Option to Extend the Term of the Contract. (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 45 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years and 6 months. (End of clause) AGRICULTURE ACQUISITION REGULATION (48 CFR CHAPTER 4) CLAUSES 452.224-70 Confidentiality of Information (FEB 1988) 452.237-75 Restrictions Against Disclosure (FEB 1988) INSTRUCTIONS TO OFFERORS: AGAR 452.204-70 Inquiries (FEB 1988. Inquiries and all correspondence concerning this request for quote should be submitted in writing to the Contracting Officer. Offerors should contact only the Contracting Officer issuing the request for quote about any aspect of this requirement prior to contract award. (End of provision) 1. General Instructions Any questions about the solicitation must be submitted electronically to mdesouto@fs.fed.us prior to award. 1.2 Offers must be submitted electronically to mdesouto@fs.fed.us by the offer due date identified on the solicitation. The offer must identify the contractor's point of contact(s) with email addresses, mailing address, and phone number. Vendors must identify DUNS number, Cage Code, and Tax ID number in the offer. 1.3 Offeror shall submit verification of being an authorized RAVIN reseller. Offeror's who do not provide this verification may be prohibited from receiving the resultant award. 1.4 Offeror should present technical product and price in the format that clearly states base period and price of all option years as clarified in the attached Performance Work Statement (PWS). 1.5 Offeror will submit a sign copy of the AGAR 452.209-70 and 71 Provision-Clause that was provided to be considered for award. 1.6 Offeror must also ensure a completed GPAT is provided to insure products are 508 Complaint. 2. Evaluation and Award of Offers 2.1 Offers will be evaluated based on Price and Technical being equal to Past Performance when combined. Pricing will be evaluated for the Base and all Option Years combined. Proposals shall address Price as presented in the PWS, demonstrate Technical ability to support RAVIN in the PWS, and provide Past Performance of RAVIN Mainteanance Support. 2.3 Award of the contract will be based on a fixed price lump sum for the Base Period and each Option Period will be priced as a lump sum (See attached PWS for instruction). The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.203-6 Restriction on Subcontractor Sales to the Government, FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. Additional FAR Clause that apply: 52.219-27, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.223-15, 52.225-5, 52.225-13, 52.232-33, 52.239-1, 52.223-15 The offers are due back 9/05/12 by 8:00 am EST. All offers should be submitted via email to: mdesouto@fs.fed.us If you have any questions please direct them to Michael DeSouto @ 540-265-5171 for this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/WOAQMITS/AG-7604-S-12-0074/listing.html)
 
Place of Performance
Address: See Attached PWS for multiple locations., United States
 
Record
SN02856683-W 20120829/120828000150-1659860d4e7146f14bb364d6afd0d1b4 (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.