Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
SPECIAL NOTICE

99 -- Voice Conference Bridge Maintenance

Notice Date
8/28/2014
 
Notice Type
Special Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK14T0648
 
Archive Date
8/28/2015
 
Point of Contact
Sharon Gary, 443-861-4719
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(sharon.a.gary.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command, Tenant Contracting Division, Aberdeen Proving Ground intends to issue a sole source, Firm-Fixed Price contract, under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures to Compunetix Inc. 2420 Mosside Blvd, Ste 1, Monroeville, PA 15146-4236. NAICS code: 334290. The contractor shall provide the following: 1. Maintenance Service Support for the two audio conference bridge systems (CONTEX 240) located in the North and South areas of Aberdeen Proving Ground, MD 2. Period of Performance: 30 September 2014 - 29 September 2015 3. See attached Performance Work Statement. The US Army Network Equipment has a requirement for Compunetix Audio Bridge equipment maintenance and repair; to include installation for hardware/software failure for equipment that is no longer maintained by the initial manufacturer warranty. Compunetix is the original manufacturer of the CONTEX 240 system Conference Bridge System. Compunetix is proprietary and no other companies are authorized or licensed to perform repair or maintenance on Compunetix equipment. The North American Industry Classification System (NAICS) for this requirement is 334290 and the size standard is 750. This particular requirement is essential to organizational planning and customer communications on small and large project meetings. There are no solicitation documents; however, contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government's requirement. In addition, the response should include Offeror's Online Representations and Certifications Application (ORCA)--Commercial Items in accordance to FAR 52.212-3. If the offeror does not have a copy of this provision, go to Federal Procurement Data System (SAM)https://www/uscontractorregistration.com to load required information. Any responses received without completing SAM registration will be considered noncompliant. Further, the response should include any special requirements for a commercial contract (i.e., Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12. Responses must be received no later than 10:00 a.m., Eastern Daylight Time, 12 September 2014. Responses should be submitted electronically to sharon.gary@us.army.mil. Notice of intent is not a request for competitive proposals; however, the Government will consider all responses received by the response date stated above. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. TELEPHONE REQUEST WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5e86a29989e6fb4424a512fef0b18193)
 
Record
SN03487514-W 20140830/140829023301-5e86a29989e6fb4424a512fef0b18193 (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.