Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 13, 2022 SAM #7561
SOLICITATION NOTICE

J -- Serendipity Blackmagic Software Maintenance

Notice Date
8/11/2022 8:13:19 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
DCSO-P NEW CUMBERLAND NEW CUMBERLAND PA 17070-5059 USA
 
ZIP Code
17070-5059
 
Solicitation Number
SP7000-22-Q-1065
 
Response Due
8/18/2022 12:00:00 PM
 
Archive Date
09/02/2022
 
Point of Contact
Candace Maffett, Phone: 7177702835, Chad Spittle
 
E-Mail Address
candace.maffett@dla.mil, chad.spittle@dla.mil
(candace.maffett@dla.mil, chad.spittle@dla.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 � Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR Part 13, 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 is issued as a Request for Quotation�(RFQ) number SP7000-22-Q-1065.� This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2022-06 effective 26 April 2022, and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20211130 edition, and Defense Logistics Acquisition Directive�(DLAD) Current to Revision 5, and PROCLTR 2022-09.� This acquisition is not set-aside for small business. The associated North American Industrial Classification System (NAICS) code is 811212. DCSO-P New Cumberland has a requirement for ongoing service maintenance of existing equipment, HP 40� Page Wide XL8000 and Serendipity Blackmagic software, in Ramstein, Germany.� Please see Attachment 1 for Performance Work Statement� Delivery within 30 days ARO� Service Address:� DLA Document Services - Ramstein Germany Unit 3102 Building 404� APO AE 09094 Period of Performance: 10/01/2022- 09/30/2025 Base Period: 10/01/2022 � 09/30/2023 Option Period 1: 10/01/2023� 09/30/2024� Option Period 2: 10/01/2024 � 09/30/2025� Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449.� All invoicing under this contract will be accomplished via Wide Area Workflow (WAWF). OFFER SUBMISSION INSTRUCTIONS � Quotes must include the following items.� Submission of a quote that does not contain all items requested below may result in elimination from consideration for award.� 1. Quotations may be submitted in contractor format and shall include: (1)�� �Company name, address, telephone number, and e-mail address. (2)�� �Solicitation number (3)�� �Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (4)�� �Unit Price and extended price for CLIN (5)�� �Technical information (as stated below under Evaluation Criteria) (6)�� �Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at https://www.sam.gov/SAM/. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. Evaluation Criteria and Basis for Award� FAR 13.106-2 Evaluation of Quotations or Offers � The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed priced contract to the lowest price, technically acceptable contractor whose quote represents the lowest price. Therefore, to be considered for award, contractors are required to submit descriptive product literature/technical information, which clearly indicates the product offered meets the Government minimum requirements. This information will be used to determine technical acceptability. Technical information will be evaluated for acceptability (only) on a pass/fail basis and will not be rated. Any contractor who has submitted technically acceptable product information will then have its quote evaluated for price.� All questions and inquiries should be addressed via email to the Contracting POC,� �Candace.Maffett@dla.mil� Request for Quotation Number SP7000-22-Q-1065. � Offerors responding to this announcement must submit their quotation via email to� Candace.Maffett@dla.mil. All quotes must be received by August 18, 2022 at 3:00 PM Eastern to be considered for award. � Attachment 1- Performance Work Statement� Attachment 2 � CLIN Structure Amendment 0001 - posted 08/11/2022
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7d9e92299388416cb82cf1b09f40d92d/view)
 
Place of Performance
Address: DEU
Country: DEU
 
Record
SN06423016-F 20220813/220811230120 (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.