Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2015 FBO #4933
SOLICITATION NOTICE

J -- Maintenance on CORNET technology products

Notice Date
5/26/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060415T3070
 
Response Due
5/29/2015
 
Archive Date
6/13/2015
 
Point of Contact
Jimmie Toloumu 808-473-7906
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulations (FAR) Subpart 12 - Acquisition of Commercial Items and FAR Subpart 13 “ Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS. The solicitation number is N00604-15-T-3070. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-82 and DFARS Change Notice 20150420. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 811213 and the Small Business Standard is $11.0M. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source (CORNET Technology) under the authority of FAR 13.106(b). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete this proposed contract 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. The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing: CLIN0001: CORNET SWITCH SERVER MAINTENANCE Annual maintenance of Cornet Technology equipment already installed at Camp Smith. To include Return Material Authorizations - RMA and 24 hours, 7 days a week phone support on Cornet Technology manufactured products installed at Camp Smith. The period of coverage is July 1, 2015 through June 30, 2016. QTY: 12 MONTHS The following FAR provision and clauses are applicable to this procurement: 52.204-2, Security Requirements 52.204-7, System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.209-2, Prohibition on contracting with Inverted Domestic Corporations- Representations 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.222-50, Combating Trafficking in Persons 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restriction on Foreign Purchase 52.232-33, Payment by Electronic Funds Transfer---System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.239-1, Privacy or Security Safeguards 52.247-34, FOB Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Requirements Relating to Compensation of Former DoD Officials 252.203-7998, Confidentiality Agreements, Representation 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. 252.204-7003, Control of Government Personnel Work Product 252.204-7004, Alternate A, System for Award Management 252.204-7005, Oral Attestation of Security Responsibilities 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability ¦Fiscal Year 2015 Appropriations 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7048, Export “ Controlled Items 252.232-7010, Levies on Contract Payments 252.232-7003, Electronic Submission of Payment Requests 252.232-7006, Wide Area Work Flow Payment Instructions 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7017, Notice of Supply Chain Risk 252.239-7018, Supply Chain Risk 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea This announcement will close at 1000 (Hawaii Standard Time) on Friday, 29 May 2015. Contact Jimmie Toloumu who can be reached at 808-473-7906 or email jimmie.toloumu@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technically acceptable low bids. Vendor ™s that provide a response must be registered in the System for Award Management (SAM) database in order to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM. All quotes shall include price(s), FOB destination, DUNS/CAGE codes, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes will be accepted via email only to the email address indicated above. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060415T3070/listing.html)
 
Record
SN03741583-W 20150528/150526234210-8fdcff75964d00d38b787a6380fd06c0 (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.