Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
MODIFICATION

D -- Avaya Full Maintenance/MPI Support Services

Notice Date
9/10/2019
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Hawaii Kaneohe Bay, Box 63063, Kaneohe Bay, Hawaii, 96863-3063, United States
 
ZIP Code
96863-3063
 
Solicitation Number
M0031819Q0035
 
Archive Date
9/26/2019
 
Point of Contact
Raul Porras, Phone: 8082570044
 
E-Mail Address
raul.porras@usmc.mil
(raul.porras@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number M00318-19-Q-0035 is issued as a Request for Quotation (RFQ). This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 and Department of Defense FAR Supplement (DFARS) current to DPN 20190820. This is a 100% total small business set-aside. The applicable North American Industry Classification System (NAICS) code is 541511 Custom Computer Programming Services, and the small business size standard is $27.5 Million. Quotes are being requested for the following: CLIN 0001: Full Maintenance 8x5 Coverage (In-Person Support) Description: See attached PWS. Please include re-initiation fees for lapsed coverage of 1200 ports and 1200 voicemail box licenses. Unit of Issue: Months Quantity: 12 CLIN 0002: (Informational) Maintenance per Incident Support (MPI) Description: Please refer to para 3.2 of the PWS for required support. Please quote an hourly rate for these services. Funding will be added at time of incident. CLIN 1001 (Option): Full Maintenance 8x5 Coverage (In-Person Support) Description: See attached PWS. Unit of Issue: Months Quantity: 12 CLIN 1002 (Option): (Informational) Maintenance per Incident Support (MPI) Description: Please refer to para 3.2 of the PWS for required support. Please quote an hourly rate for these services. Funding will be added at time of incident. CLIN 2001 (Option): Full Maintenance 8x5 Coverage (In-Person Support) Description: See attached PWS. Unit of Issue: Months Quantity: 12 CLIN 2002 (Option): (Informational) Maintenance per Incident Support (MPI) Description: Please refer to para 3.2 of the PWS for required support. Please quote an hourly rate for these services. Funding will be added at time of incident. CLIN 3001 (Option): Full Maintenance 8x5 Coverage (In-Person Support) Description: See attached PWS. Unit of Issue: Months Quantity: 12 CLIN 3002 (Option): (Informational) Maintenance per Incident Support (MPI) Description: Please refer to para 3.2 of the PWS for required support. Please quote an hourly rate for these services. Funding will be added at time of incident. Period of Performance: CLIN 0001 & 0002: 20190916- 20200915 CLIN 1001 & 1002: 20200916- 20210915 CLIN 2001 & 2002: 20210916- 20220915 CLIN 3001 & 3002: 20220916- 20230915 Evaluation and Award: The Government will award a contract resulting from this solicitation to the responsible vendor 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 (factors are not listed in any particular order): a. Total Evaluated Price (One-Year Base Year + Three One-Year Option Years) b. Technical capability of the services offered to meet the Government requirement c. Past Performance The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2018)(Deviation 2018-O0018) applies to this acquisition. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018) with their quotation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018) applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2019) applies to this acquisition. The following FAR clauses cited in 52.212-5 are also applicable: 52.204-10 -- Reporting Executive compensation and First-Tier Subcontract Awards 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6 -- Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 -- Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 -- Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.217-8 -- Option to Extend Services (see attachment) 52.217-9 -- Option to Extend the Term of the Contract (see attachment) 52.222-3 -- Convict Labor 52.222-19 -- Child Labor - Cooperation with Authorities and Remedies 52.222-21 -- Prohibition of Segregated Facilities 52.222-26 -- Equal Opportunity 52.222-35 -- Equal Opportunity for Veterans 52.222-36 -- Affirmative Action for Workers with Disabilities 52.222-40 -- Notification of Employee Rights Under the National Labor Relations Act 52.222-50 -- Combating Trafficking in Persons 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 -- Restrictions on Certain Foreign Purchases 52.232-33 -- Payment by Electronic Funds Transfer - System for Award Management 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors 52.233-3 -- Protest After Award 52.233-4 -- Applicable Law for Breach of Contract Claim The following FAR and DFARS clauses are also applicable to this acquisition and will be incorporated into the resulting contract: 52.204-7 -- System for Award Management 52.204-13 -- System for Award Management Maintenance 52.204-16 -- Commercial and Government Entity Code Reporting 52.204-18 -- Commercial and Government Entity Code Maintenance 52.204-24 -- Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 - Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.212-1 -- Instructions to Offerors - Commercial Items 52.212-3 -- Offeror Representations and Certifications - Commercial Items 52.212-4 -- Contract Terms and Conditions-Commercial Items 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.219-6 -- Notice of Total Small Business Set-Aside 52.232-39 -- Unenforceability of Unauthorized Obligations 52.247-34 -- F.O.B - Destination 52.252-1 - Solicitation Provisions Incorporated by Reference 52.252-2 - Clauses Incorporated by Reference 52.252-5 -- Authorized Deviations in Provisions 52.252-6 - Authorized Deviations in Clauses 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights 252.204-7003 - Control of Government Personnel Work Product 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls 252.204-7011-- Alternative Line Item Structure 252.204-7012 -- Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 -- Item Unique Identification and Valuation 252.213-7000 -- Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System -- Statistical Reporting in Past Performance Evaluations 252.225-7000 -- Buy American--Balance of Payments Program Certificate 252.225-7001 -- Buy American and Balance of Payments Program 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 -- Wide Area Workflow Payment Instructions 252.232-7010 -- Levies on Contract Payments 252.243-7001 - Pricing of Contract Modifications 252.244-7000 -- Subcontracts for Commercial Items 252.247-7023 -- Transportation of Supplies by Sea This solicitation incorporates one or more solicitation provisions and 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. The quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the quoter may identify the provision by paragraph identifier and provide appropriate information with its quotation. Also, the full text of a solicitation provision may be accessed electronically at these addresses: FAR Clauses: https://www.acquisition.gov/browse/index/far DFARS Clauses: https://www.acq.osd.mil/dpap/dars/dfarspgi/current Questions regarding this RFQ must be submitted via email to Sergeant Raul Porras at raul.porras@usmc.mil. To be considered for award, contractors must submit their quotations to Sergeant Raul Porras at raul.porras@usmc.mil no later than 08:30 A.M. (Hawaiian Standard Time) on Sep 11, 2019. Quotes received after the due date and time will not be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00318/M0031819Q0035/listing.html)
 
Place of Performance
Address: MARFORPAC, Camp Smith, Hawaii, 96861, United States
Zip Code: 96861
 
Record
SN05438469-W 20190912/190910231140-5123f7c0e4fc4b5ff63c843dd07dbca5 (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  © 1994-2020, Loren Data Corp.