Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 10, 2013 FBO #4155
MODIFICATION

J -- Telephone Maintenance Services - Amendment 1

Notice Date
4/8/2013
 
Notice Type
Modification/Amendment
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, PO Box 8368, MCB Camp Lejeune, North Carolina, 28547-8368
 
ZIP Code
28547-8368
 
Solicitation Number
M6700113Q0125
 
Archive Date
5/3/2013
 
Point of Contact
Tracy E. Fulks, Phone: 9104511256, LISA WILLIAMS, Phone: 910-451-1535
 
E-Mail Address
tracy.fulks@usmc.mil, lisa.p.williams@usmc.mil
(tracy.fulks@usmc.mil, lisa.p.williams@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 1 Revised Statement of Work Amendment 1 Responses to Questions THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial support services prepared in accordance with the format in Subpart 12.6, 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. Solicitation number M67001-13-Q-0125 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 dated 28 Feb. 2013 and DPN 20130228. This solicitation is a 100% small business set-aside. The associated NAICS code is 811213 and the small business size standard is $10.0 million. To meet the small business size standard a concern's annual receipts must not average more than $10.0 million for their latest three completed fiscal years. This procurement is being conducted under FAR 13 Simplified Acquisition Procedures. INTENT. Marine Corps Installations East (MCIEAST) - Marine Corps Base (MCB) Contracting Department, Camp Lejeune, NC has a requirement from Telecommunications Division, G-6, MCIEAST for Technical Assistance Service (TAS), Extended Technical Assistance Services (ETAS), Return & Repair Replacement Service, and Remote Diagnostics Service for Nortel/Avaya/ Genband equipment aboard MCB Camp Lejeune, NC and its satellite activities. A detailed description of the government's requirement is located at Attachment 1. Period of Performance will begin upon contract award and end 12 months after. PROCUREMENTAPPROACH. The basis for award is lowest Price Technically Acceptable (LPTA). The award will be made to the quoter that provides the quote that is the lowest price technically acceptable (LPTA), with an acceptable record of past performance. Pursuant to FAR 13.106-1 (a) (2), the criteria for evaluation are: (1) Technical capability; (2) Ability to meet the required Period of Performance (POP) dates (3) Past Performance and (4) Price. PERIOD OF PERFORMANCE. The period of performance will begin upon contract award and end 12 months after. BASIS OF AWARD. Award will be made to the lowest price technically acceptable (LPTA) responsive quoter with acceptable past performance. All responsible small business sources may submit a response which, if timely received, will be considered by the agency. The Government anticipates award of a Firm Fixed Price (FFP) contract, payable in quarterly increments in arrears. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted. The Government intends to evaluate quotes and award a contract without conversations with vendors. Vendors should not expect requests for clarification or additional information from the Government. Therefore, the vendor's initial quote shall contain the vendor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct conversations with vendors if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotes if such action is in the public interest; and may waive informalities and minor irregularities in quotes received. Quotes will be evaluated and ranked according to price, from lowest to highest. The Government reserves the right to evaluate only the technical quote of the lowest price offeror. Other technical quotes may not be evaluated unless the Government determines the lowest price offeror to be unacceptable or non-responsive. In the event the Government determines the lowest price offeror to be unacceptable, the technical quote of the next lowest price offeror will be evaluated. This process will continue until a technical quote is determined to be acceptable. INSTRUCTIONS TO VENDOR. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quotes shall include the following: (1) Technical Capability. (2) Past Performance: provide three past performance references (not more than 3 years old). Past performance references shall be similar to this requirement in scope and size. Include POC, contract number, period of performance, and contract amount; (3) Price The requirements are detailed in Statement of Work included as Attachment 2. The quote shall include the following: 1) Technical Capability- Narrative that demonstration of the capability to perform all the requirements in this RFQ and SOW. 2) Ability to meet the period of performance with start date on day of award 3) Past Performance References 4) Price Quote 5) Completed FAR Clause 52.212-3 "Offeror Representations and Certifications - Commercial Items" 6) Completed certificate from FAR Clause52.222-52 "Exemption from the Application of the Service Contract Act to Contracts for Certain Services-Certification" if applicable Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. The quote shall include the following: (1) Technical Capability - Detailed technical narrative that shall include the contractor's technical approach for accomplishment of work that explains how the requirements described in attachment (1) of this solicitation will be accomplished from beginning to end. A vendor's quote shall be written in a logical, practical, clear, concise and logically assembled manner, containing all pertinent information in sufficient detail to provide the evaluators with a clear understanding of the vendor's approach and to permit evaluation of the proposed program. It is the responsibility of the vendor to present enough information to allow the various work efforts, support, and management approaches to be meaningfully evaluated without discussions. (2) Written confirmation of the quoter's ability to meet the required Period of Performance (POP) dates starting with the date of award. (3) Past Performance - Vendor shall submit no more than three (3) past performance references (not more than 3 years old) for contracts similar in scope and size. Information shall include Point of Contact, contract phone number, delivery/period of performance, and contract number. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Vendors lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance and will receive a neutral rating. The vendor should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. Offerors may also offer provide information on problems encountered on these identified contracts and the offeror's corrective actions. The Government may give greater consideration to the contracts that Quoters may submit past performance of a subcontractor as long the quote submitted clearly states that the quoter is subcontracting a portion of the services and that the past peerformance being submitted is that of the subcontractor. As this procurement is 100% set-aside for small business under NAIC code 811213 the quoter must clearly identify what tasks in the SOW the quoter will be performing and what tasks will be subcontracted, as well as what percentage of the total each will perform.the Government feels are most relevant to the RFQ. (4) Price - All pricing quoted shall be FOB Destination. CLIN 0001: Technical Assistance Service (TAS), / Extended Technical Assistance Services (ETAS), Return & Repair Replacement Service, and Remote Diagnostics Service for Nortel/Avaya/ Genband equipment at Marine Corps Base Camp Lejeune, NC and its satellite activities. Estimated Quantity: 4 quarters Unit Price: ___________ per quarter X 4 = Total Price_____________ WIDE AREA WORKFLOW. As a condition of receipt of this contract, the Vendor agrees to implement the Department of Defense (DoD) web based software application called Wide Area Workflow- Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/ Acceptance documents electronically, and allows for complete visibility throughout the acceptance and payment process. The Website for registration is https://wawf.eb.mil. WAWF training can be accessed at http://www.wawftraining.com. SUBMISSION. QUESTIONS - All questions shall be submitted to Tracy Fulks via email only (tracy.fulks@usmc.mil) no later than Thursday 03 April 2013 at 11:00 am EST. Please provide the RFQ number in the subject line. THE CLOSING DATE AND TIME FOR THIS SOLICITATION IS THURSDAY 18 APRIL 2013 AT 3:00 PM EST. Quotes shall be submitted to the Contracting Department, by the above date and time to be considered for award. Quotes may be submitted via email to tracy.fulks@usmc.mil; or via courier to Contracting Department, Bldg 1116, Camp Lejeune, NC 28542. Submitted quotes must reflect unit prices, extended amounts and an overall total. Any portion of the quote submitted separately via mail, courier, email, or other shipment process shall still be received by 3:00 PM EST, 15 April 2013. Incomplete quotes will not be considered. Any submissions after the date and time above will be considered late and will not be considered for award. All quotes submitted shall be Vendor's Best Quote as it is the Government's intent to award without further exchanges. The burden of ensuring the Contractor's quote is received by this office, within the stated timeframe, is the Contractor's responsibility. POINT OF CONTACT. The Contract Specialist and P.O.C. for this requirement is Tracy Fulks and may be reached via email at tracy.fulks@usmc.mil or by phone at (910) 451-1256. Alternate P.O.C. is Lisa Williams at lisa.p.williams@usmc.mil and (910) 451-1535. ATTACHMENTS Attachment 1 Statement of Work (SOW) CLAUSES. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-1 "Instructions to Offerors" FAR 52.212-2 "Evaluation-Commercial Items" FAR 52.212-3 "Offeror Representations and Certifications - Commercial Items" FAR 52.212-4 "Contract Terms and Conditions - Commercial Item s" FAR 52.212-5 "Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items". Applicable clauses cited in 52.212-5 are: FAR 52.219-6 "Notice of Total Small Business Set-Aside" FAR 52-222.3 "Convict Labor" FAR 52.222-19 "Child Labor" FAR 52.222-21 "Prohibition of Segregated Facilities" FAR 52.222-26 "Equal Opportunity" FAR 52.222-36 "Affirmative Action for Workers with Disabilities" FAR 52-232-33 "Payment by Electronic Fund Transfer" FAR 52.223-18 "Encouraging Contractor Policies to Ban Text Messaging while Driving" FAR 52.222-41 "Service Contract Act of 1965". FAR 52.204-7 "Central Contractor Registration" FAR 52.222-52 "Exemption from the Application of the Service Contract Act to Contracts for Certain Services-Certification" FAR 52.247-34 "F.O.B. Destination" FAR 52.252-2 "Clauses Incorporated by Reference" with fill-in www.farsite.hill.af.mil; DFARS 252.204-7003" Control of Government Personnel Work Product" DFARS 252.204-7004AltA "Central Contractor Registration" DFARS 252.203-7002 "Regulations to Inform Employees of Whistle Blower Rights Acquisitions of Commercial Items" DFARS 252.212-7000 "Offeror Representations and Certifications- Commercial Items " DFARS 252.212-7001 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items". Applicable clauses cited in 252.212-7001 are: DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.232-7003 "Electronic Submission of Payment Requests and Receiving Reports".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700113Q0125/listing.html)
 
Place of Performance
Address: various site aboard MCB Camp Lejeune and its satellite activities in accordance with the Statement of Work, Camp Lejeune, North Carolina, 28542, United States
Zip Code: 28542
 
Record
SN03031345-W 20130410/130408234503-a155d5b5a3cb7a0d623196c2f8b1db11 (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.