Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
SOLICITATION NOTICE

J -- Maintenance of Riverbed Equipment - Solicitation

Notice Date
7/25/2016
 
Notice Type
Cancellation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
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
M00263-16-T-1021
 
Archive Date
8/25/2016
 
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
Total Small Business
 
Description
Maintenance of Riverbed Equipment The Regional Contracting Office, Marine Corps Recruit Command, Parris Island, SC, intends to solicit and award a Firm Fixed Price contract to provide for the support necessary to ensure current operations and future capabilities support emerging technologies for 48 Riverbed SteelHead Appliances Model 550H, six (6) 1050H SteelHead Appliances, one (1) 6050 SteelHead Appliance, one (1) Software Mobile Controller Model 8650, and one (1) Central Management Console Model 8150 that are deployed at Recruiting Stations throughout the United States. Currently, RIOS Version 9 is being used and the support must include any future version of the RIOS. This solicitation is restricted to small businesses. The North American Industrial Classification System (NAICS) code for this requirement is 334290 and the business size standard is 750 employees. All applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are contained in the SF 1449 attached to this synopsis. Offerors responding to this announcement shall submit their proposals in accordance with FAR Parts 12 and 13.5, and additional instructions, conditions, and notices to offerors provided in the solicitation. 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. This procurement is being conducted under FAR Part 12 and 13.5 procedures. All offerors shall provide three (3) current and relevant references. The Past Performance Information Retrieval System (PPIRS), in addition to references, will be used to evaluate past performance. If no data can be found in PPIRS, a past performance rating of unknown will be assigned. In the context of acceptability/unacceptability, "Unknown" shall be considered acceptable. 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 Government will assume the contractor does not have any references and will rely on the Past Performance Information Retrieval System Report Cards and FAPIIS in determining acceptability of past performance. Technical Acceptability is defined as meeting all requirements and salient characteristics 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, not other offers will be evaluated. OFFEROR SHALL PROVIDE A COMPLETED COPY OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) RECORD WITH THEIR PROPOSAL. 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 proposal. 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 RFP shall be received by this office by 3 August, 2016 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 10 August 2016. 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). Proposals 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 Proposals 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. Solicitation Number M00263-16-T-1021 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00263/M00263-16-T-1021/listing.html)
 
Place of Performance
Address: Marine Corps Recruiting Command, 3280 Russell Road, Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN04194804-W 20160727/160725235806-ecd087678f82a998897a1cf285c2771e (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.