Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 25, 2023 SAM #7849
SOLICITATION NOTICE

70 -- 7G--Avaya Arura R8 Products and Installation

Notice Date
5/23/2023 4:38:43 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060423Q4060
 
Response Due
5/26/2023 2:00:00 PM
 
Archive Date
11/22/2023
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT NOTICE: 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. The solicitation number is N0060423Q4060 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 334210 with a small business size standard of 1,250.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit quotes. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2023-05-26 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Pearl Harbor, HI 96860 The FLC - Pearl Harbor requires the following items, Brand Name Only (Exact Match), to the following: LI 001: Avaya Aura R8 Phone System Components and Installation. See attached Avaya Arura R8 Products and Installation Parts List. Note: This is for Parts and Installation for Vessel located in Pearl Harbor, HI., 1, Group; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Pearl Harbor intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Pearl Harbor is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Equipment Condition: New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Offer period: Bid MUST be good for 30 calendar days after close of Buy. No partial shipments allowed: No partial shipments are permitted unless specifically authorized at the time of award. This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information see http://www.section508.gov. - Quoters are to include a completed copy of 52.212-3 and its ALT I along with a completed 52.204-24 with quotes. - All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. - The contract award will be made to the responsible quoter providing the Lowest Price Technically Acceptable (LPTA) quote and past performance. Technical Acceptable/Unacceptable Ratings: Acceptable Offer clearly meets the minimum technical requirements of the solicitation. Unacceptable Offer does not clearly meet the minimum technical requirements of the solicitation. - The final contract award will be subject to a determination of responsibility in accordance with FAR 9.1. An acceptable quote shall meet the specified requirements and is from an Avaya authorized dealer or distributor. An unacceptable quote does not clearly meet the specified requirements or is not from an Avaya authorized dealer or distributor. - The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. FAR Site: The full text of the referenced FAR clauses/provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefar DFARS Site: The full text of the referenced DFARS clauses/provisions may be accessed electronically at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ SAM Registration: All offerors are required to have an active registration in System for Award Management (SAM) to respond to federal solicitations. To register in SAM, please go to https://www.sam.gov/. Any active or inactive exclusions in SAM may preclude an award being made to your company. 52.204-7: System for Award Management 52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13: SAM Maintenance Ownership or Control of Offeror Commercial and Government Entity Code Maintenance Predecessor of Offeror Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment Covered Telecommunications Equipment or Services Representation 52.209-6: Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Prohibition on Contracting with Inverted Domestic Corporations 52.212-1: Instructions to Offerors -- Commercial Items 52.212-3 & Alt I: Offeror Representations and Certifications -- Commercial Items 52.212-4: Contract Terms and Conditions--Commercial Items 52.212-5: Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-6: Notice of Total Small Business Set-Aside 52.219-28: Post Award Small Business Program Rerepresentation 52.222-3: Convict Labor 52.222-21: Prohibition of Segregated Facilities Previous Contracts and Compliance Reports Affirmative Action Compliance 52.222-26: Equal Opportunity 52.222-50: Combating Trafficking in Persons 52.223-18: Encouraging Contractor Policies to Ban Text Messaging while Driving Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation 52.232-33: Payment by Electronic Funds Transfer - SAM 52.232-39: Unenforceability of Unauthorized Obligations 52.232-40: Providing Accelerated Payments to Small Business Subcontractors Protests after Award Applicable Law for Breach of Contract Claim 52.252-1: Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference AUTHORIZED DEVIATIONS IN PROVISIONS 252.203-7000: Requirements Relating to Compensation of Former DOD Officials 252.203-7002: Requirement to Inform Employees of Whistleblower Rights 252.203-7005: Representation Relating to Compensation of Former DoD Officials 252.204-7003: Control of Government Personnel Work Product Compliance with Safeguarding Covered Defense Information Controls 252.204-7015: Disclosure of Information to Litigation Support Contractors Covered Defense Telecommunications Equipment or Services Representation Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Notice of NIST SP 800-171 DoD Assessment Requirements. Preference for Certain Domestic Commodities 252.225-7048: Export- Controlled Items Representation Regarding Business Operations with the Maduro Regime Prohibition Regarding Business Operations with the Maduro Regime Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation. (DEVIATION 2020-O0015) 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 Accelerating Payments to Small Business Subcontractors Prohibition on Fees and Consideration JAN 2023 Prohibition on Interrogation of Detainees by Contractor Personnel Notice of Supply Chain Risk 252.239-7018: Supply Chain Risk 252.244-7000: Subcontracts for Commercial Items 252.247-7023: Transportation of Supplies by Sea
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4b5524677730449091257a648a96141b/view)
 
Place of Performance
Address: , Pearl Harbor, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN06692121-F 20230525/230523230122 (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.