Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
SOLICITATION NOTICE

58 -- Mitel Phones and Equipment - Package #1

Notice Date
8/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517911 — Telecommunications Resellers
 
Contracting Office
Department of Agriculture, Forest Service, R-3 Southwestern Region, 333 Broadway, SE Acquisition Mgmt., Regional Office, Albuquerque, New Mexico, 87102, United States
 
ZIP Code
87102
 
Solicitation Number
12760418B0010
 
Archive Date
9/1/2018
 
Point of Contact
ANNA MARCEAU, Phone: 5055637302
 
E-Mail Address
AMARCEAU@FS.FED.US
(AMARCEAU@FS.FED.US)
 
Small Business Set-Aside
Total Small Business
 
Description
JOFOC Software License Spreadsheet GPAT Data Rights Bill of Materials 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 12760418B0010. The solicitation is a request for quote (RFQ). This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). All responsible sources may submit a proposal. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT. This solicitation is firm fixed price. Small Business Set Aside. NAICS code: 517911; small business size standard $1,500. Offerors must be registered in the System for Award Management (SAM) at https://www.sam.gov, in order to be considered for award. Must be an authorized reseller/partner of Mitel. Award will be made to reseller/partner of Mitel. If partner/reseller Arrangement states that Mitel is the prime orders will go to Mitel as stated in the agreement, otherwise order will be placed with vendor per the agreement with Mitel. See attached schedule of equipment/supplies (Bill of Materials) for a list of contract line item number(s) and items, quantities and units of measure. New Equipment ONLY. Delivery 60 days. The Government will award a single purchase order contract resulting from this RFQ. Quotes will be evaluated on completeness, accuracy, and reasonableness. Evaluation of the quoted prices for the products will be based on a comparison of quoted prices received in response to the solicitation. QUOTES SHALL INCLUDE THE FOLLOWING: All documents must be included for consideration for award. 1. Quote related to the Bill of Materials (BOM) 2. CTA or Partner/reseller agreement with Mitel 3. Provide delivery time in your response 4. Completed GPAT or VPAT - Please fill out GPAT section where it is parked "yes". If applicable mark appropriate boxes with an explanation for 508 compliance. If not applicable state that it is not applicable and the reason or provide a current VPAT. 5. Line Item Pricing Software, License Template completed. Please fill out and provide as part of the response to request for quote. 6. Fill out appropriate areas in attached concerning data rights FOB destination: Delivery locations: multiple - See attached Bill of Materials FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. For the exact text and wording of clauses and provisions please see https://www.acquisition.gov/. The Government contemplates an award of a Firm Fixed Priced purchase order contract resulting from this solicitation. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision is: Evaluation factors and significant subfactors as stated in the solicitation are as follows. (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. Products offered meet the technical requirements of the bill of materials ii. Award will be made on the basis of the lowest evaluated price of a quote meeting or exceeding the acceptability standards for non-cost factors. iii. Registered in the System for Award Management (SAM), www.sam.gov. (b) A written notice of award or acceptance of an offer e-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 whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Item, with their offer. All responsible sources may submit a quotation which shall be considered by the agency. Interested parties should furnish the following information in addition to their quote (1) Company name, address, point of contact, telephone number, email address and website address. (2) Business type: 8(a), Women-Owned, Historically Underutilized Business Zone (Hub Zone), Small Disadvantaged, Service Disables, Veteran Owned Small Business, Large or small Business, etc. (3) CAGE Code and DUNS Number. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause that are applicable to the acquisition are: 52.202-1, 52.203-6, 52.203-7, 52.203.17, 52.211-5, 52.211-6, 52.227-14, 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-15, 52.223-18, 52.225-13, 52.225-25, 52.227-19, 52.232.-18, 52.232-19, 52.232-33, 52.233-2, 52.233-3, 52.233-4, 52.239-1, 52.244-6. FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab or Other Covered Entities - Effective date: 16 July 2018 or continuing orders after this date. Compliance with Internet Protocol version 6 (IPv6) in Acquiring Information Technology (a) Any system, hardware, software, firmware or networked component (voice, video or data) developed, procured or acquired in support or performance of this contract shall be capable of transmitting, receiving, processing, forwarding and storing digital information across system boundaries utilizing system packets that are formatted in accordance with commercial standards of Internet Protocol (IP) version 6 (IPv6) as set forth in the USGv6 Profile (NIST Special Publication 500-267) and corresponding declarations of conformance defined in the USGv6 Test Program. In addition, this system shall maintain interoperability with IPv4 systems and provide at least the same level of performance and reliability capabilities of IPv4 products: (b)Specifically, any new IP product or system developed, acquired, or produced must: (1) Interoperate with both IPv6 and IPv4 systems and products, and (2) Have available contractor/vendor IPv6 technical support for development and implementation and fielded product management. (c) As IPv6 evolves, the Contractor commits to upgrading or providing an appropriate migration path for each item developed, delivered or utilized at no additional cost to the Government. (d) The Contractor shall provide technical support for both IPv4 and IPv6. (e) Any system or software must be able to operate on networks supporting IPv4, IPv6 or one that supports both. (f) Any product whose non-compliance is discovered and made known to the Contractor within one year after acceptance shall be upgraded, modified or replaced to bring it into compliance at no additional cost to the Government. Fill out attached GPAT where it is marked (yes). If applicable, mark appropriate boxes with an explanation for 508 compliance. If not applicable, state that it is not applicable and the reason. Section 508 Compliance: • If Section 508 is relevant to program requirements based on identification of acquisition deliverables that are Electronic and Information Technology (EIT). • Expected use and technical environment features that may affect Section 508. • Section 508 general exception claims and documentation for justifications based on general program characteristics independent of the specific type of EIT. The offers are due August 31, 2018 by 12:00 pm MT. Electronic versions of your response to shall be submitted via email to Anna Marceau, amarceau@fs.fed.us. No telephone calls will be accepted. All questions/inquiries must be submitted to the contract officer via electronic mail (e-mail) not later than 10:00 AM MT on August 19, 2018. Submit offers or any questions to the attention of Anna Marceau via email to: amarceau@fs.fed.us. All offerors who fail to complete and submit the requirements above may be considered non-responsive. Include the solicitation number in the subject line. NOTE: See attached as follows: Bill of Materials 52.227-15 Representation of Limited Rights and Restricted Computer Software Line Item Pricing Software License Template GPAT JOFOC
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/8371/12760418B0010/listing.html)
 
Place of Performance
Address: WO NRS FPL Madison, 1 Gifford Pinchot Dr., Madison, Wisconsin, 60201, United States
Zip Code: 60201
 
Record
SN05054691-W 20180826/180824230808-a53ac59c06e16f107baedf34acaf8da3 (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.