Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2017 FBO #5718
MODIFICATION

58 -- Voice Over IP (VOIP) telephone network

Notice Date
7/18/2017
 
Notice Type
Modification/Amendment
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
BIA ERO 00015 545 MARRIOTT DRIVE SUITE 700 Contracting Office Nashville TN 37214 US
 
ZIP Code
00000
 
Solicitation Number
A17PS00777
 
Response Due
8/2/2017
 
Archive Date
8/17/2017
 
Point of Contact
Watkins, Sara
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 for this procurement is A17PS00777 and is issued as a Request for Quote (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95 dated January 19, 2017. This solicitation is an Indian Small Business Economic Enterprise (ISBEE) set-aside. Under the Buy Indian Act, 25 U.S.C. 47, offers are solicited only from Indian Economic Enterprises (Subpart 1480.8) that are also small business concerns. Any acquisition resulting from this solicitation will be from such a concern. Offers received from enterprises that are not both Indian economic enterprises and small business concerns will not be considered and will be rejected. As part of your quote, you must complete and return DIAR Clause 1452.280-4 (see below in clauses/provisions). The associated North American Industry Classification System code (NAICS) is 811213 and the size standard is 1,000. The Bureau of Indian Affairs, Eastern Regional Office, intends to award a firm-fixed price contract for the following: Item 00010 VOIP Phone System Replacement and Installation Item 00020 Base Year VOIP Telephone Maintenance Item 00030 Option Year 1 VOIP Telephone Maintenance Item 00040 Option Year 2 VOIP Telephone Maintenance Item 00050 Option Year 3 VOIP Telephone Maintenance Item 00060 Option Year 4 VOIP Telephone Maintenance Please review and complete the following RFQ attachments: 1.Statement of Work Revision 1 2.Bid Schedule 3.Indian Economic Enterprise Representation 4.Combined synopsis/solicitation Revision 1 5.Questions and Responses 6.Additional Questions and Responses PROVISION FAR 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition. FAR 52.212-2 EVALUATION COMMERCIAL ITEMS 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 Offerors submission will be evaluated according to the factors shown below. The Government will make an award based on a solution that provides the best value when compared with the requirement in the SOW. Unrealistically low and/or unreasonably proposed prices may be grounds for eliminating a quote from competition either on the basis that the vendor does not understand the requirement or the vendor has made an unreasonable/unrealistic quote. The Government intends to award a maximum of one (1) Contract as a result of this RFQ A17PS00777. Quotes received for less than the stated number of items listed in the schedule may be considered ineligible for award. The Government intends to evaluate quotes and award a Contract without communication with vendors. Therefore, the vendors initial quote should contain the best terms from a price and technical standpoint. The Government reserves the right to communicate with vendors, if the Contracting Officer later determines them to be necessary. The following factors shall be used to evaluate quotes Factor I Capability and Technical Approach, Factor II Configuration, Support, and Training, Factor III - Past Performance, and Factor IV - Price.: Factor 1: Technical Approach and Capability 25% Factor 2: Configuration, Support and Training 25% Factor 3: Past Performance 25% Factor 4: Price 25% (a)Factor 1: Technical Capability - 25% The vendor must demonstrate a clear understanding of the SOW objectives and scope; present a logical, rational, and complete approach for accomplishing the work outlined in the SOW. The vendors presentation illustrates a quote that is reasonable, responsive, and addresses all aspects of the technical requirement. Simple statements of compliance (i.e., understood, will comply) without a detailed description of how compliance will be achieved will not be considered sufficient evidence that the quoted services can technically meet the requirement of the SOW. Specifically, - Vendors detailed description of how all IT infrastructure in the SOW is provided and how it is managed and maintained; -Vendors detailed description and approach for providing the required dual purpose telecommunication service; -Vendors detailed description of how its product meets the functional and feature requirements of the SOW (b)Factor 2: Configuration, Support, and Training - 25% -Vendors description of the processes it plans to use to configure the system; -Vendors detailed description of the plan and processes it will use to provide ongoing support of the voice service and physical components. -Vendors description of the plan to provide orientation and training for the various roles. -Vendors ability to satisfy the requirements for unlimited long distance calling, 911 service, mobile support, and to port all numbers listed in the SOW. (c)Factor 3: Past Performance 25% Vendors should note that Past Performance related to the quality and how well a vendor performed the services under a Contract. Vendors shall submit the following information as part of their quote: 1.A list of three (3) completed or active contracts for Voice services and support. The Government will evaluate past performance on contracts that are similar in nature to the requirements in this RFQ. Contracts listed shall include those entered into with the Federal Government, Agencies of State, and Local Government or Commercial Customers. 2.Each Vendor will be evaluated on its performance under existing and prior contracts which are similar in nature to the requirement of this RFQ. The Government is not required to contact all references provided by the Vendor. Also, references other than those identified any the Vendor may be contacted by the Government to obtain additional information that will be used in the evaluation of the Vendor ¿s past performance. Information for the evaluation of past performance will be randomly requested from the list of references or other sources as previously stated. Performance information will be used for both responsibility determinations and as an evaluation factor to be scored. Past Performance Information Retrieval System (PPIRS) will also be used as a source of past information to help with the evaluation of past performance. 3.3. Vendors are further advised that thorough and complete past performance information is required. Explanations/comments regarding problems encountered and corrective actions taken shall be addressed as a part of the quote submitted in response to the RFQ. The Government will take the Vendors comments into consideration when conducting its past performance evaluation. Vendors may not be given the opportunity to address problems encountered in the past performance. (d) Factor 4: Price 25% Vendors, at a minimum, shall submit price quote in sufficient details for the Government to determine that the proposed price is realistic and consistent with the proposed technical approach. The price quote is to be submitted as Fixed Price. In the event the submissions become equal in technical merit, price becomes more important and the determining factor for award. The Government will evaluate each Vendor ¿s price for fairness and reasonableness. The Government expects adequate price competition to establish fair and reasonable pricing. The price detail shall include sufficient descriptions to enable the Contracting Officer to determine the reasonableness of the price submitted. Unrealistically high (or low) pricing in the initial or revised proposal may be grounds for eliminating a quote from competition either on the basis that the Vendor does not understand the requirement or has submitted an unrealistic quote. BASIS FOR AWARD The award shall be made to the responsible vendor whose offer, in conforming to this RFQ provides an overall best value to the Government, technical evaluation factors, and price considered. The Governments objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable price. Personnel Qualifications and Experience and Technical Approach and Capability evaluation factors are more important than price; however between quotes that are evaluated as technically equal in quality, price will become a major consideration in selecting the successful offer. The Government reserves the right to contact a vendor regarding their quote including price discounts or the Government may make award without contacting the vendor. The Government reserves the right to not make an award, if necessary. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEM All terms and conditions identified under this FAR Clause are applicable to this Request for Quotation. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS and FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (DEVIATION), applies to this acquisition. The clauses cited within this clause as indicated below are applicable: 52.203-13, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.223-15, 52.223-18, 52.225-1, 52.225-13, 52.232-33. FAR Clauses incorporated by reference: 52.204-7, 52.211-6, 52.217-8, 52.217-9, 52.222-41, 52.222-55, 52.223-3, 52.232-1, 52.232-17, 52.232-25, 52.232-39, 52.233-3, 52.233-4, 52.243-1, 52.244-6, 52.246-2, 52.246-16, 52.247-34, 52.249-1 and 52.249-8. 1452.280-1 Notice of Indian small business economic enterprise set-aside. (JUL 2013) Under the Buy Indian Act, 25 U.S.C. 47, offers are solicited only from Indian economic enterprises (Subpart 1480.8) that are also small business concerns. Any acquisition resulting from this solicitation will be from such a concern. Offers received from enterprises that are not both Indian economic enterprises and small business concerns will not be considered and will be rejected. 1452.280-2 Notice of Indian economic enterprise set-aside. (JUL 2013) (a) Definitions as used in this clause. Indian means a person who is a member of an Indian Tribe or "Native" as defined in the Alaska Native Claims Settlement Act (PL 92-203; 85 Stat. 688; 43 U.S.C. 1601). Indian Economic Enterprise means any business activity owned by one or more Indians or Indian Tribes that is established for the purpose of profit, provided that: (i) The combined Indian or Indian Tribe ownership shall constitute not less than 51 percent of the enterprise; (ii) the Indians or Indian Tribes shall, together, receive at least a majority of the earnings from the contract; and (iii) the management and daily business operations of an Indian economic enterprise must be controlled by one or more individuals who are members of an Indian Tribe. To ensure actual control over the enterprise, the individuals must possess requisite management or technical capabilities directly related to the primary industry in which the enterprise conducts business. The enterprise must meet these requirements throughout the following time periods: (1) At the time an offer is made in response to a written solicitation; (2) At the time of contract award; and, (3) During the full term of the contract. Indian Tribe means an Indian Tribe, band, nation, or other recognized group or community which is recognized as eligible for the special programs and services provided by the United States to Indians because of their status as Indians, including any Alaska Native village, regional or village corporation established under the Alaska Native Claims Settlement Act (PL 92-203, 85 Stat. 688; 43 U.S.C. 1601). Representation means the positive statement by an enterprise of its eligibility for preferential consideration and participation for acquisitions conducted under the Buy Indian Act, 25 U.S.C. 47, in accordance with the procedures in Subpart 1480.8. (b) General. (1) Under the Buy Indian Act, offers are solicited only from Indian economic enterprises. (2) BIA will reject all offers received from ineligible enterprises. (3) Any award resulting from this solicitation will be made to an Indian economic enterprise, as defined in paragraph (a) of this clause. (c) Required Submissions. In response to this solicitation, an offeror must also provide the following: (1) A description of the required percentage of the work/costs to be provided by the offeror over the contract term as required by section 1452.280-3, Subcontracting Limitations clause; (2) A description of the source of human resources for the work to be performed by the offeror; (3) A description of the method(s) of recruiting and training Indian employees, indicating the extent of soliciting employment of Indian persons, as required by DIAR 1452.226-70, Indian Preference, or DIAR 1452.226-71, Indian Preference Program, clause(s); (4) A description of how subcontractors (if any) will be selected in compliance with the "Indian Preference" or "Indian Preference Program" clause(s); (5) The names, addresses, and descriptions of work to be performed by Indian persons or economic enterprises being considered for subcontracts (if any) and the percentage of the total direct project work/costs they would be performing; (6) Qualifications of the key personnel (if any) that will be assigned to the contract; and (7) A description of method(s) for compliance with any supplemental Tribal employment preference requirements, if contained in this solicitation. (d) Required Assurance. The offeror must provide written assurance to the Indian Affairs that it will comply, or has, complied fully with the requirements of this clause. It must do this before Indian Affairs awards the Buy Indian contract, and upon successful and timely completion of the contract, but before the Indian Affairs Contracting Officer (CO) accepts the work or product. (e) Non-responsiveness. Failure to provide the information required by paragraphs (c) and (d) of this clause may cause Indian Affairs to find an offer non-responsive and to reject it. (f) Eligibility. (1) Participation in the Mentor-Protege Program established under section 831 of the National Defense Authorization Act for Fiscal Year 1991 (25 U.S.C. 47 note) does not render an Indian economic enterprise ineligible for contracts awarded under the Buy Indian Act. (2) If a contractor no longer meets the definition of an Indian economic enterprise after award, the contractor must notify the CO in writing. The notification must include full disclosure of circumstances causing the contractor to lose eligibility status and a description of any actions that the contractor will take to regain eligibility. Failure to give the CO immediate written notification means that: (i) The economic enterprise may be declared ineligible for future contract awards under this part; and (ii) Indian Affairs may consider termination for default if it is in the best interest of the government. 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: https://www.acquisition.gov/?q=browsefar 1452.280-4 Indian Economic Enterprise Representation (JUL 2013) The offeror represents s part of its offer that it [ ] does [ ] does not meet the definition of Indian economic enterprise as defined in 1480.201. 1452.233-2 Service of Protest Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. OMB MEMORANDUM M-11-32 Accelerating Payments to Small Businesses for Goods and Services This policy requires agencies to accelerate payment to small business prime contractors to the full extent permitted by law with the goal of making payment within 15 days of receipt of a proper invoice. In return, prime contractors are expected to accelerate payment to small business subcontractors when they receive accelerated payments from the Government. There will be an optional site visit 10 July 2017, 1 p.m. Central Time. Vendors will be able to see requested areas. Any questions answered will be provided via an amendment to all offerors. All requests for RFQ clarification are due on Friday, 21 July 2017, at 5:00 pm Central Time. All requests for clarification MUST be submitted via email to Ashley Warcewicz at Ashley.Warcewicz@bia.gov and Margie Robinson at Margie.Robinson@bia.gov. Phone calls will not be accepted. Please reference solicitation number A17PS00777 in subject line of the email. Should any request for clarification be received after the date stated above, the Government reserves the right not to provide an answer. If, however, in the Governments opinion, the request for clarification cites an issue of significant importance, the Government may provide written responses to all offerors. Please note, questions and comments will not be protected by, the Government, as proprietary. Offerors should check the FedBizOpps/FedConnect websites often for any solicitation amendments. Quotes are due on Wednesday, 2 August 2017, at 5:00 pm Central Time. Quotes may be sent via email to via email to Ashley.Warcewicz@bia.gov and Margie.Robinson@bia.gov. Quotes shall be good for 60 calendar days after close of RFQ. NOTE: It is the Vendors responsibility to ensure/verify that the Government received their submission on or before the time specified. If the quote is not received by the Government on or before the date and time specified, the Vendors submission may be considered late. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A17PS00777/listing.html)
 
Record
SN04584553-W 20170720/170718235444-a4875bd942839c108828548bcb345b10 (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.