Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 02, 2017 FBO #5639
MODIFICATION

D -- Replacement of Operator Consoles - Solicitation 1

Notice Date
4/30/2017
 
Notice Type
Modification/Amendment
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Butler - Far East, PSC 557 Box 2000, Bldg 355 Camp Foster Okinawa Japan, FPO, 96379-2000, United States
 
ZIP Code
96379-2000
 
Solicitation Number
M67400-17-T-0045
 
Archive Date
5/30/2017
 
Point of Contact
Izumi Kinjo, Phone: 011819897058538, Jose Gil, Phone: 315-645-8697
 
E-Mail Address
izumi.kinjo.ja@usmc.mil, jose.a.gil@usmc.mil
(izumi.kinjo.ja@usmc.mil, jose.a.gil@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Coversheet Instruction for Quote 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. Therefore, quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-17-T-0045 applies and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The FSC code is D318 and the NAICS code is 334210. In accordance with the attached Statement of Work (SOW), the Government is soliciting quotes for the services for Replacement of Operator Consoles. All services, as annotated in the attached Statement of Work (SOW), awarded as a result of this RFQ are expected to commence no later than the date specified in the SOW. The Government intends to issue a single award to the responsible quoter whose quote is the most advantageous to the Government considering Technical Capability, Price, Delivery and Past Performance. Award will be made in aggregate. Therefore, any offer received without all services priced, as annotated in the attached SOW, will be excluded from competition. It is the quoter's responsibility to furnish sufficient information to the Government in order to determine acceptability of the offered services. Therefore, the quoter shall submit all technical information pertaining to their quoted services in order for the Government to determine technical acceptability. All quotes shall be in English language. ELECTRONIC AND INFORMATION TECHNOLOGY (SECTION 508) Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998, all electronic and information technology (EIT) products and services developed, acquired, maintained, or used under the resultant contract shall comply with the "Electronic and Information Technology Accessibility Provisions" set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the "Access Board") in 36 CFR part 1194. Information about Section 508 provisions is available at http://www.section508.gov/. The complete text of Section 508 Final Standards can be accessed at http://www.access-board.gov/sec508/standards.htm. The following clauses apply to this acquisition: FAR 52.204-2 Security Requirements (Aug 1996) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2014) FAR 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2014) FAR 52.232-33 Payment by Electronic Funds Transfer (Jul 2013) FAR 52.247-34 F.O.B. Destination (Nov 1991) FAR 52.225-14 Inconsistency between English Version and Translation of Contract (Feb 2000) FAR 52.225-17 Evaluation of Foreign Currency Offers (Feb 2000) DFARS 252.204-7004 Alternate A, System for Award Management (Feb 2014) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001)(OCT 2015) DFARS 252.211-7003 Item Identification and Valuation (Dec 2013) DFARS 252.211-7006: Radio Frequency Identification (Sep 2011) DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States (Mar 2006) DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (May 2013) DFARS 252.233-7001 Choice of Law (Overseas) (Jun 1997) The following Provision Clauses apply to this RFQ: FAR 52.212-1 Instructions to Offerors -- Commercial Items (Apr 2014) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (May 2014) Note: Full text of each DFARS clause may be accessed electronically at http://farsite.hill.af.mil/ Payment shall be made electronically by DFAS Columbus, utilizing Wide Area Work Flow for CONUS quotes, and by DFAS Yokota Japan for local quotes. All clauses referenced can be viewed at the following link: http://farsite.hill.af.mil Quoters are instructed to completely fill out the attached "coversheet" and return it along with your quote. Failure to provide the required information and attachment may result in your quote being considered non-responsive by the Government. Please address any questions regarding this requirement by 3 May 2017 @1700 (EST). POC: Izumi Kinjo izumi.kinjo.ja@usmc.mil Secondary POC: SSgt Jose Gil jose.a.gil@usmc.mil Any questions received after the date and time specified will not be answered unless the Contracting Officer determines it is in the best interest of the Government to answer the question(s). Submission of Quotations Format of Quotations: All quoters' technical information shall be submitted in addition to a price quotation. The quotation, submitted in response to this solicitation, shall be formatted as follows, in separately bound volumes. Quoters must include the name, title, address, and phone number of the individual responsible for inquiries to the quotation. The quotation shall be submitted via email to izumi.kinjo.ja@usmc.mil or via fax to 011-81-98-970-0959. However, quoters are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the Regional Contracting Office NLT the expiration of this RFQ. Volume I. Price Quotation Line Item 0001 Material Line Item 0002 Installation Line Item 0003 Training Line Item 0004 Shipping Line Item 0005 Travel related expenses • AIRFARE: tiny_mce_marker_____ Authorized but not to exceed (receipts are required for payment). • LODGING: (tiny_mce_marker_____ x # of nights) = tiny_mce_marker_____ Authorized but not to exceed (receipts are required for payment). • RENTAL CAR / TRANSPORTATION Authorized but not to exceed (receipts are required for payment). • PER DIEM: (tiny_mce_marker_____ x # of days) = tiny_mce_marker_____ Per Federal Travel Regulation, airfare for economy class flight is authorized for reimbursement. Volume II. Technical Capability: a narrative for how a quoter plans to accomplish the requirement including following; a) a schedule for completion b) an installation design plan (as-installed drawings showing the connectivity to the telephone switch and the final architecture) c) Equipment/materials list including spec sheets where applicable d) training, user manuals information e) maintenance/warranty information f) DISA memorandum showing the solution is JITC certified. (End of RFQ)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-17-T-0045/listing.html)
 
Record
SN04490600-W 20170502/170430233104-4495dd00b367e3a2e4091b8e0377741e (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.