Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2013 FBO #4115
MODIFICATION

58 -- Telephones

Notice Date
2/27/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
535 Kearney, Ft Leavenworth, KS 66027
 
ZIP Code
66027
 
Solicitation Number
20130114BJS01
 
Response Due
3/8/2013
 
Archive Date
9/4/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE:Bids are being solicited under solicitation number 20130114BJS01. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 446484_01. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-03-08 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Ft Leavenworth, KS 66027 The MICC Fort Leavenworth requires the following items, Brand Name or Equal, to the following: LI 001: Astra/Meridian 9316CW or equivalent, black in color. Phones muct be new, not rebuilt. Must be capable of the following: a. Single Line b. Line Powered c. Caller ID d. Voicemail indicator and programmable button e. Mute f. Hold g. Call transfer h. On hook pre-dial i. Handset adjustable volume j. Programmable ring volume k. Visual ringing indication l. Speakerphone with adjustable volume m. Hearing id compatible See attached conditions and criteris, 159, EA; LI 002: Astra/Meridian M5316 or equivalent, ash/grey in color. Phones must be new, not rebuilt. Must be capable of the following: 1. Must be compatible with Nortel SL-100 switch 2. Dual Line 3. Caller ID 4. Voicemail indicator and programmable buttons 5. Mute 6. Hold 7. Call transfer 8. On hook pre-dial 9. Handset adjustable volume 10. Programmable ring volume 11. Visual ringing indication 12. Speakerphone with adjustable volume 13. Hearing aid compatible 14. Expandable for additional programmable buttons See attached for conditions and criteria, 7, EA; LI 003: Wall mount phone, Astra/Meridian 255400-VBA-20M or equivalent, black in color. Phones must be new, not rebuilt. Must be capable of the following: a. Dial pad b. Adjustable volume c. Wall mount d. Hearing id compatible See attached conditions and criteria., 71, EA; LI 004: Polycom 2200-16000-001 or equivalent speaker phones. Equipment must be new, not rebuilt. Must be capable of the following: a. Full-Duplex speakerphone with 3 or more mics and a speaker b. Mics & Speakers Minimum frequency range of 300-3000Hz c. ~10ft+ microphone pickup range d. dynamic noise reduction e. intelligent microphone mixing f. keypad g. adjustable volume h. mute i. off-hook dialing capable j. recent call history log k. RJ-45 or RJ-11 connection l. Display screen m. VOIP Capability n. Additional mic connections o. Resists interference mobile phones See attached for conditions and criteria., 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Leavenworth intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Leavenworth is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolutions forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile Number (703) 806-8866 or 8875 Packages sent by FEDEX or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest procedures. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offorers must be registered in The System for Award Management (SAM), which took the place of the Central Contractors Registration (CCR) SAM consolidated the Federal Procurement Systems and the Catalog of Federal Domestic Assistance. Currently CCR, FedReg, ORCA and EPLS have been migrated into SAM. If your information is already in CCR, you do not have to reload your information in the SAM website. However, if the offorer is not registered under SAM it may do so at the SAM website: http://www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. The North American Industry Classification System (NAICS) code for this acquisition is 334210. The small business size standard is 500 employees.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4c1171e9076751f31d5336217ddda54a)
 
Place of Performance
Address: Ft Leavenworth, KS 66027
Zip Code: 66027
 
Record
SN02997530-W 20130301/130227234757-4c1171e9076751f31d5336217ddda54a (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.