Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2015 FBO #4991
SOLICITATION NOTICE

J -- VTC Maintenance - Solicitation

Notice Date
7/22/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, United States Marine Corps, -MCRD Parris Island, PO Box 5069, Parris Island, South Carolina, 29905-5069, United States
 
ZIP Code
29905-5069
 
Solicitation Number
M00263-15-T-1023
 
Archive Date
8/21/2015
 
Point of Contact
Denise M. Hill, Phone: 8432284239, Kacy Mohead, Phone: 8432282188
 
E-Mail Address
denise.hill@usmc.mil, kacy.m.mohead@usmc.mil
(denise.hill@usmc.mil, kacy.m.mohead@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Quote THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented by 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 M00263-15-T-1023 is issued as a Request for Quote (RFQ) using the commercial procedures in accordance with FAR Part 12 and FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 and DFARS Publication 20140428. The Regional Contracting Officer, Marine Corps Recruit Command, Parris Island, SC, intends to solicit and award a Firm Fixed Price contract to obtain service maintenance that will cover 14 Polycom Teleconferencing (VTC) suites and 1 Polycom VTC Bridge within the 12th Marine Corps District (12th MCD) for warranty repair/replacement, service support, and technical support for a base year plus two option years. This solicitation is issued on an unrestricted basis. The North American Industrial Classification System (NAICS) code for this requirement is 811213 and the business size standard is $11 Million. All applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are contained in the SF 1449 for M00263-15-T-1023 attached to this synopsis. Offerors responding to this announcement shall submit their quotes in accordance with FAR Part 12 and additional instructions, conditions, and notices to offerors provided in the attached SF 1449. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following is the basis for award: Lowest Price Technically Acceptable (LPTA). The apparent successful Offeror shall have a satisfactory past performance (i.e., a rating of Acceptable). This procurement is being conducted under FAR Part 12 and 13 procedures. All offerors shall provide three (3) current and relevant references. Past Performance data shall be reviewed and the quality and usefulness determined as it applies to performance confidence. Failure to comply may result in not being considered for award. A current reference is an order within the past 36 months. A relevant reference is an order of approximately the same size and complexity. If an Offeror does not submit any or less than three (3) references, the Offeror shall affirmatively state it only has a certain number of references or state it has none at all. Such Offerors shall be assigned a past performance rating of "Acceptable," if the Offeror affirmatively states it has no references. Offerors who fail to provide (3) references, or affirmatively address a lack of references, shall be considered technically unacceptable as regarding past performance and will not receive an "Acceptable" rating. Technical Acceptability is defined as meeting all requirements listed in the solicitation. You must address each requirement. Offerors shall be ranked in order of lowest price to highest price. The lowest-priced offer shall be evaluated first. If the lowest-priced offer is technically acceptable, no other offers will be evaluated. In addition to past performance references, potential sources of performance data are Government sources such as the Past Performance Information Retrieval System (PPIRS). OFFEROR SHALL PROVIDE A COMPLETED COPY OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) RECORD WITH THEIR QUOTE. Offerors are also required to be registered in the System for Award Management (SAM) and the Wide Area Work Flow (WAWF) database. SAM replaces CCR.FedReg, ORCA, and EPLS. If you have been using those systems or wish to register, please visit the SAM website at http://SAM.gov. The provisions and clauses can be found at FAR website http://arnet.gov/far/ and DFARS website http://acq.osd.mil/dpap/dars/dfars/index.htm. The Offeror is required to provide their DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Vendor. For WAWF registration, please visit their website at http://wawf.eb.mil or for WAWF assistance, please contact 1-866-618-5988. Offerors must be registered in all systems prior to receiving an award for this solicitation, or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible business sources may submit a response which, if timely received, will be considered by the agency. It is the intent of the Government to issue one award; however, the Government reserves the right to issue multiple awards. Any/all questions on this RFQ shall be received by this office by 27 July 2015 at 1:00 p.m. EST. DATE, TIME AND PLACE OFFERS ARE DUE: The offeror is responsible for ensuring that quotes are received in the Contracting Office no later than 1:00 p.m. (EST) on 6 August 2015. Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" in accordance with FAR 52.212-1(f). Quotes submitted via the U.S. Postal Service shall be mailed to the following address: Marine Corps Recruit Depot - Parris Island Regional Contracting Office Attn: Denise M. Hill Bldg. 159, MCRD/ERR P. O. Box 5069 Parris Island, SC 29905 Quotes submitted by courier (FedEx, UPS, etc.) shall be addressed for delivery to the following physical location: Marine Corps Recruit Depot - Parris Island Regional Contracting Officer Attn: Denise M. Hill Bldg. 159, MCRD/ERR Parris Island, SC 29905 Electronic submission of the written proposal is authorized. Please send email to the primary point of contact and copy the secondary point of contact listed below. The written submission must arrive by the stated deadline in order for a proposal to be considered complete and to be evaluated. Failure of any portion of the proposal to arrive by the stated deadline will result in rejection of the entire proposal. Submissions maybe faxed to 843-229-2163. Please call before you fax. Solicitation Number M00263-15-T-1023 should be clearly marked on the outside of your quote. Government Point of Contact: (Primary) Denise M. Hill Denise.hill@usmc.mil 843-228-4239 (Secondary) Kacy M. Mohead Kacy.m.mohead@usmc.mil 843-228-2188 Contracting Office Address: P. O. Box 5069 Parris Island, SC 29905-5089 United States Place of Performance: 12th Marine Corps District 3704 Hochmuth Bldg. 8 San Diego, CA 92140 Point of Contact: Kimberly Carey 12th Marine Corps District 3704 Hochmuth Bldg. 8 San Diego, CA 92140
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00263/M00263-15-T-1023/listing.html)
 
Place of Performance
Address: 12th Marine Corps District, 3704 Hochmuth, Bldg. 8, San Diego, California, 92140, United States
Zip Code: 92140
 
Record
SN03807190-W 20150724/150723000557-40a911d9b4db0447f5d3ea301d1a2e2b (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.