Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 27, 2020 SAM #6877
SOLICITATION NOTICE

D -- ANADARKO AGENCY LAND LINE SRVCS

Notice Date
9/25/2020 11:11:05 AM
 
Notice Type
Solicitation
 
NAICS
517311 — Wired Telecommunications Carriers
 
Contracting Office
SOUTHERN PLAINS REGION ANADARKO OK 73005 USA
 
ZIP Code
73005
 
Solicitation Number
140A0320Q0033
 
Response Due
9/25/2020 12:00:00 AM
 
Archive Date
10/10/2020
 
Point of Contact
Watkins, Sara
 
E-Mail Address
Sara.Watkins@bia.gov
(Sara.Watkins@bia.gov)
 
Awardee
null
 
Description
Due to the Urgent Request: The closing is Sept. 25, 2020 at 1:30 pm (CST). 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 140A0320Q0032 and is issued as a Request for Quote (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The associated North American Industry Classification System code (NAICS) is 517311 - Wired Telecommunications Carriers and the size standard is 1500 employees. The Bureau of Indian Affairs, Southern Plains Regional Office Anadarko Agency, intends to award a (1) firm-fixed price contract for the following: LAND LINE SERVICES FOR ANDARKO AGENCY Service Qty ISDN PRI 2 Caller ID 2 21 DID Numbers 1 Analog Business Lines 6 Analog Business Line Features 1 Hi Speed Internet 2 (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. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers: Factor 1: Technical Capability Factor 2: Price Technical capability is equal to price. (b) Factor 1: Technical Capability 1. Technical capability of the item offered to meet the Government requirement shall be evaluated based on an evaluation of Technical Capability Factor; the factor will be rated as ""Technically Acceptable"" or ""Technically Unacceptable."" 2. Offeror shall meet all the requirements in RFQ and submit documentation to verify. 3. ""Technically Acceptable"" is defined as the item offered to the Government that meets the minimum requirements of the solicitation. 4. ""Technically Unacceptable"" is defined as the item offered to the Government that does not meet the minimum requirements of the solicitation. (c) Factor 2: Price 1. Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3 and 15.402(a)(2). Offers should be sufficiently detailed to demonstrate their reasonableness. (d) AWARD PROCESS: 1. The Government will first evaluate all quotations to ensure the quotation complies with all material aspects of the request for quotation thereby being determined as either ""Responsive"" or ""Non-Responsive."" 2. Responsive quotes will then be submitted for Technical Evaluation to determine those that are either ""Technically Acceptable"" or ""Technically Unacceptable."" 3. ""Technically Acceptable"" quotations will be then ranked according to Price. 4. The lowest priced offeror who is technically acceptable will receive the award. Technically Requirements Shall be compatible with Avaya phone system Keep the same numbers 52.252-2 Clauses Incorporated by Reference4 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. 52.212-4 Contract Terms and Conditions�Commercial Items DIAR Clauses Incorporated by Reference4 Section 2 52.252-2 Clauses Incorporated by Reference (FEB 1998) 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 www.acquisition.gov/far. 52.204-13 System for Award Management Maintenance. 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.212-4 Contract Terms and Conditions - Commercial Items. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-1 Payments (APR 1984) 52.232-18 Availability of Funds. (APR 1984) 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations;52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note)52.203-6, Restrictions on Subcontractor Sales to the Government (JUNE 2020), with Alternate I (41 U.S.C. 4704 and 10 U.S.C. 2402);52.203-13, Contractor Code of Business Ethics and Conduct (41 U.S.C. 3509); 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009;52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note). 52.204-14, Service Contract Reporting Requirements (Pub. L. 111-117, section 743 of Div. C)52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) (Pub. L. 111-117, section 743 of Div. C). 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUN 2020) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters;(41 U.S.C. 2313).52.219-3 Notice of HUBZone Set-Aside or Sole-Source Award (15 U.S.C. 657a)52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business; 52.219-6, Notice of Total Small Business Set-Aside (15 U.S.C. 644).52.219-7, Notice of Partial Small Business Set-Aside (15 U.S.C. 644;52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637(d)(2); 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637(d)(4); 52.219-13, Notice of Set-Aside of Orders (15 U.S.C. 644(r)).52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)) 52.219-16, Liquidated Damages-Subcontracting Plan (15 U.S.C. 637(d)(4)(F)(i)). 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside(15 U.S.C. 657f). 52.219-28, Post Award Small Business Program Re-representation (15 U.S.C. 632(a)(2)) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (15 U.S.C. 637(m); 52.222-3, Convict Labor (E.O.11755);52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O.13126).52.222-21, Prohibition of Segregated Facilitie;52.222-26, Equal Opportunity (E.O.11246);Alternate I of 52.222-26;52.222-35, Equal Opportunity for _X_ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (E.O. 13513); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)� (58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT2018) (31 U.S.C. 3332); 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: www.ecfr.gov/cgi-bin/text-idx?sid=50def0b876ad2ef1f411be79c91366eb&c=ecfr&tpl=/ecfrbrowse/Title48/48cfrv5_02.tpl#1400; 1452.280-3 Subcontracting Limitations 1480.601 � Subcontracting Limitations DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011) OMB MEMORANDUM M-11-32 Accelerating Payments to Small Businesses for Goods and Services REsponse due date: September 25, 2020 at 1:00 p.m. (CST) Email your offer to sara.watkins@bia.gov NO LATE BID End Of Solicitation
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0b404491805c40808938698016264255/view)
 
Record
SN05811426-F 20200927/200925230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.