The RFP Database
New business relationships start here

Avaya Phone System Maintenance


Virgin Islands, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Solicitation number: W9127P-19-Q-014A is hereby issued as a Request for Quote (RFQ).

The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, Dated 06 Nov 2017 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20160326. It is the contractor's responsibility to become familiar with applicable clauses and provisions.


This is a small business set aside. This acquisition is under North American Industry Classification Standards (NAICS) code 811213. Set Aside Standard is $11 Million.


The Government intends to award a Firm Fixed Price contract to a qualified vendor deemed responsive in accordance with the Federal Acquisition Regulation (FAR) Part 12, whose quote conforms to all of the RFQ's requirements. This office will consider any late quotes or any late revisions of quotes as non-responsive.


ln no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract.


Government POC: Government POC will be provided at time of award. Any changes must be coordinated through the government POC and approved in writing by the Contracting Officer. All questions are to be submitted in writing.



Electronic offers preferred. All questions must be submitted by email no later than 24 hours prior to bid close date.
NO QUESTIONS BY TELEPHONE AS EVERYTHING MUST BE IN WRITING (EMAIL).
The date, time and request for quote offers are due by 20 August 2019 at 2:00 P.M. Eastern time.


ITEM REQUIRED:
Annual maintenance of the Avaya communication system per the performance work statement dated 9 June 2019


 



Clauses may be accessed electronically in full text through http://farsite.hill.af.mil.


Contractors must be actively registered with the SAM.gov website.


Invoicing is submitted via Wide Area Work Flow (WAWF) at http://wawf.eb.mil


FAR 52.204-7, System for Award Management Registration
FAR 52.204-9, Personal Identity Verification of Contractor Personnel
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-16, Commercial and Government Entity Code Maintenance
FAR 52.211-6, Brand Name or Equal (IF APPLICABLE)
FAR 52.212-1, Instructions to Offerors-Commercial Items
FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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, technically acceptability and delivery time of all items "all or none" is the evaluation criteria. This is a best value decision.
FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov
FAR 52.212-4, Contract Terms and Condition-Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.219-28, Post Award Small Business Representation
FAR 52.222-3, Convict Labor
FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-36, Affirmative Action for Workers with Disabilities
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.223-5, Pollution Prevention and Right to Know Information
FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.223-15, Energy Efficiency in Energy-Consuming Products
FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-3, Protest after Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim
FAR 52.237-1, Site Visit
FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation
FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil
DFARS 252.201-7000, Contracting Officer's Representative
DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials
DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials
DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
DFARS 252.207-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law
DFARS 252.211-7003 Item Unique Identification and Valuation.
DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items
DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials
DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate
DFARS 252.225-7001, Buy American Act and Balance of Payments Program
DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III


Donna R. Prock, Contracting Officer, Phone 3407127856, Email donna.r.prock.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP