Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2015 FBO #5005
SOLICITATION NOTICE

J -- Polycom VTC Maintenance - Statement of Work

Notice Date
8/5/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
U.S. Merit Systems Protection Board, Office of Financial and Administrative Management, Procurement Division, 1615 M Street, NW, Suite 500, Washington, District of Columbia, 20036
 
ZIP Code
20036
 
Solicitation Number
MSPB-RFP-15-002
 
Archive Date
8/29/2015
 
Point of Contact
Michaela A. Klarmann, Phone: 2022544408
 
E-Mail Address
michaela.klarmann@mspb.gov
(michaela.klarmann@mspb.gov)
 
Small Business Set-Aside
N/A
 
Description
Equipment Listing Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is MSPB-RFP-15-002 and is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-82. The associated North American Industrial Classification System (NAICS) code for this procurement is 811213, Communication Equipment Repair and Maintenance. This requirement is being issued as unrestricted. NAICS 811213 Contract Type FFP Period of Performance 12 Month Base period and 4 twelve (12) month option periods This is a Request for Quotation (RFQ) for the procurement of maintenance and support services for Video Teleconferencing System (VTC) equipment peculiar to Polycom. Preventative Maintenance and Emergency Repair performed by Polycom Certified Services Provider. REQUIREMENT DESCRIPTION: LINE Item Description 0001 Base Period VTC Maintenance 12 Months 0002 Option Period 1 VTC Maintenance 12 Months 0003 Option Period 2 VTC Maintenance 12 Months 0004 Option Period 3 VTC Maintenance 12 Months 0005 Option Period 4 VTC Maintenance 12 Months This requirement requires maintaining the agency's Video Teleconference (VTC) equipment. RESPONSIBLE SOURCES SHALL PROVIDE THE FOLLOWING: 1. Technical proposal 2. Past Performance 3. Price quote which identifies a complete breakout of requested item(s) unit and total price. 4. Point of contact to include: Representative name, phone and fax number, and email address. 5. Remittance address, DUNS number. The following contract clauses apply to this acquisition: • FAR 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within thirty (30) days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least sixty (60) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed sixty (60) months. (End of clause) CONTRACT CLAUSES BY REFERENCE • FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil or https://www.acquisition.gov (End of Provision) • FAR 52.212-4, Contract Terms and Conditions-Commercial Items • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (the following clauses are cited) • 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 52.222-50, Combating Trafficking in Persons • FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving • FAR 52.225-3, Alt 1, Buy American Act -- Free Trade Agreements -- Israeli Trade Act • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration • FAR 52.233-1, Disputes • FAR 52.233-3, Protest after Award • FAR 52.233-4, Applicable Law for Breach of Contract Claim • FAR 52.222-41 Service Contract Labor Standards • FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form) • FAR 52.224-1, Privacy Act Notification • FAR 52.224-2, Privacy Act The provisions that apply to this solicitation are as follows: 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: i. Technical ii. Past Performance iii. Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil or https://www.acquisition.gov (End of Provision) • FAR 52.212-1, Instructions to Offerors-Commercial • FAR 52.212-3, Offeror Representations and Certificates (**Completed in SAM or Include a completed copy with response) • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-25, Affirmative Action Compliance Interested Offerors who are capable of providing these supplies and/or services should submit an offer identifying capabilities. The Offeror shall demonstrate the ability and experience in providing the required supplies and/or services. MSPB intends to award a contract for the products and services specified in this Request for Proposal to a source that will be of the best value to MSPB, upon considering price and other factors. The lowest possible price proposal may not be selected if award to a higher priced proposal is deemed to be most advantageous to MSPB. This determination will be made by considering differences in the value of each proposal's technical features in addition to differences in cost. When combined technical and past performance is more important than price. QUESTIONS AND ANSWERS: Deadline for submitting all questions from potential vendors is 9:00 AM Eastern Standard Time (EST), 10 August 2015. Questions shall be emailed to Ms. Michaela Klarmann, Contracting Officer, at Michaela.klarmann@mspb.gov. DUE DATE FOR RESPONSES TO THIS RFQ: Offers shall be received no later than 4:00 PM EST, 14 August 2015. Late quotes may not be considered for evaluation. Quotes shall be emailed to Ms. Michaela Klarmann, Contracting Officer, at Michaela.klarmann@mspb.gov. Contracting Office Address: US Merit Systems Protection Board Financial and Administrative Management 1615 M Street, NW, Suite 500 Washington, DC 20036
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/MSPB/MSPBOFA/MSPBPD/MSPB-RFP-15-002/listing.html)
 
Place of Performance
Address: US Merit Systems Protection Board, 1615 M Street, NW, Washington, District of Columbia, 20036, United States
Zip Code: 20036
 
Record
SN03825388-W 20150807/150805235646-87d1bd0e54a71a17d490a116bae438e3 (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.