SOLICITATION NOTICE
70 -- Avaya CM SW Renewal - Brand Name Specification
- Notice Date
- 9/19/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-19-Q-3016
- Archive Date
- 10/8/2019
- Point of Contact
- Teresa M. Michael, Phone: 4018325434
- E-Mail Address
-
teresa.michael@navy.mil
(teresa.michael@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name Specification PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and 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; quotes are being requested and a written solicitation will not be issued. This solicitation will be open for less than 30 days in accordance with FAR 5.203(b). Request for Quotation (RFQ) Number is N66604-19-Q-3016. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order on a Brand Name basis; no substitutions allowed, as specified in the attached Brand Name Specification. F.O.B. Destination Naval Undersea Warfare Center Division: Newport, RI 02841. This requirement is solicited on an unrestricted basis as concurred with the NUWCDIVNPT Office for Small Business Programs and is restricted to Avaya Diamond Partners. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The Provisions at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law, 52.212-1, Instructions to Offerors - Commercial Items, and 52.212-3, Offeror Representations and Certifications - Commercial Items, apply to this solicitation. Clauses 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment, 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this solicitation. DFARS Clauses 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, 252.225-7031, Secondary Arab Boycott of Israel, and 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, apply to this solicitation. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. Technically acceptable means the items quoted match the items as detailed in the Brand Name Specification, attached, (no substitutions allowed) in the quantities specified. In order to be determined technically acceptable: (1) The offeror must quote the items specified, in the required quantities; (2) provide proof that it is an Avaya Diamond and Federal business partner; Avaya Federal resellers will need to request authorization from Avaya to request a letter of authorization from NUWCDIVNPT on behalf of its federal business partners; and (3) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000, where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. Full text of incorporated FAR/DFAR clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Additional terms and conditions: Defense Priorities and Allocations System (DPAS) rating is DO-C9. An exception to Section 508 applies per FAR 39.204(d), i tem or service is located in spaces frequented only by service personnel for maintenance, repair or occasional monitoring of equipment. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Payment will be via Government Credit Card. Offerors shall specify if surcharge applies to credit card payments in which the method of payment will then be via the wide area workflow (WAWF). Offerors shall include price and the following additional information with submissions: Point of contact (including phone number and email address), Contractor cage code, Contractor DUNs number. Offers must be received on or before 23 September 2019 at 2:00 p.m. EST. Offers received after this date and time are late and may not be considered for award. The point of contact for this procurement is Teresa Michael at teresa.michael@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-19-Q-3016/listing.html)
- Record
- SN05451772-W 20190921/190919231141-0bead085cde03bd5ffe3e944a32c2646 (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 |