Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
MODIFICATION

J -- OPTION - Satellite Communication System

Notice Date
6/30/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
800 Seal Beach Blvd. Bldg 230, Seal Beach, CA 90740
 
ZIP Code
90740
 
Solicitation Number
N6320016RC036NS
 
Response Due
7/5/2016
 
Archive Date
1/1/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
MODIFICATION NOTICE:Quotes are being solicited under solicitation number N6320016RC036NS. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 804124. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-07-05 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Point Mugu, CA 93042 The FLC - San Diego requires the following items, Brand Name Only (Exact Match), to the following: Base Period of Performance: 07/01/2016 - 06/30/2017 LI 001: Maintenance and Services for CTP 2024 equipment Juniper Care Core Plus Support Services Maintenance (13) thirteen systems for CTP 2024 equipment. SEE STATEMENT OF WORK, 1, LOT; Option 1 Period of Performance: 07/01/2017 - 07/31/2018 LI 001: Juniper Care Core Plus Support Services Maintenance (13) thirteen systems for CTP 2024 equipment. SEE STATEMENT OF WORK, 1, LOT; Option 2 Period of Performance: 07/01/2018 - 06/30/2019 LI 001: Juniper Care Core Plus Support Services Maintenance (13) thirteen systems for CTP 2024 equipment. SEE STATEMENT OF WORK, 1, LOT; Option 3 Period of Performance: 07/01/2019 - 06/30/2020 LI 001: Juniper Care Core Plus Support Services Maintenance (13) thirteen systems for CTP 2024 equipment. SEE STATEMENT OF WORK, 1, LOT; Option 4 Period of Performance: 07/01/2020 - 07/01/2021 LI 001: Juniper Care Core Plus Support Services Maintenance (13) thirteen systems for CTP 2024 equipment. SEE STATEMENT OF WORK, 1, LOT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - San Diego intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - San Diego is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time quotes.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The NAICS code is 517911 and the Small Business Standard is 1500. FAR 52.247-34, F.o.b. Destination applies New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. 52.212-2 Evaluation - Commercial Items. Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) Control of Government Personnel Work Product (April 1992) Safeguarding of Unclassified Controlled Technical Information Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) 252.211-7003 Item Identification & Valuation (AUG 2008) 252.211-7003 Alt 1 Item Identification & Valuation (AUG 2008) - Alt I 252.212-7001 Contract Terms and Conditions for Defense Acquisition of Commercial Items Buy American Act & Balance of Payments (Oct 2011) 252.232-7010 Levies on Contract Payments (DEC 2006) 5252.232-9402 Wide Area Workflow (WAWF) The clauses may be accessed in full text at these addresses https://www.acquisition.gov/Far/AND http://www.acq.osd.mil/dpap/dfars/index.htm Enterprise-wide Contractor Manpower Reporting Application (ECMRA) "The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Naval Satellite Operations Center, Point Mugu, CA via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) D, Automatic Data Processing and Telecommunications, IT and Telecom- Telecommunications Transmission (D304) and Internet (D322) ONLY; (5) S, Utilities ONLY; (6) V, Freight and Shipping ONLY. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil." 252.223-7008 Prohibition of Hexavalent Chromium. Requirements Relating to Compensation of Former DoD Officials. Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements?Representation. (DEVIATION 2015-O0010)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N6320016RC036NS/listing.html)
 
Place of Performance
Address: Point Mugu, CA 93042
Zip Code: 93042
 
Record
SN04167884-W 20160702/160630235525-4ab9f3ca44ecbe38d23d53f1f120b88d (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.