SOLICITATION NOTICE
D -- This requirement is for Information Systems Engineering (ISE) contractor to provide Local Area Network/Wide Area Network (LAN/WAN), software development support, and helpdesk technical support services.
- Notice Date
- 2/22/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W91WAW10R0056
- Response Due
- 3/15/2010
- Archive Date
- 5/14/2010
- Point of Contact
- Jerome Carter, 703-428-0124
- E-Mail Address
-
Contracting Center of Excellence (NCR-CC)
(jerome.carter1@conus.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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. Combined synopsis/solicitation Inspector General Network (IGNET) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. The requirement is 100% small business set aside, and the associated NAICS code is 541519. The size standard is $25 million. The Government will award a firm-fixed price contract from this solicitation. The period of performance is a base year with four 12 month option years. The period of performance reads as follows: Base Year 1 July 2010 thru 30 June 2011, Option Year (1) 1 July 2010 thru 30 June 2012, Option Year (2) 1 July 2010 thru 30 June 2013, Option Year (3) July 2010 thru 30 June 2014, Option Year (4) 1 July 2010 thru 30 June 2015. The Government intends to evaluate offers and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. This requirement is for Information Systems Engineering (ISE) contractor to provide Local Area Network/Wide Area Network (LAN/WAN), software development support, and helpdesk technical support services. Questions pertaining to this requirement are due NLT 3 March 2010. Questions shall be emailed to the Contract Specialist, Jerome Carter (email listed below). The completed Request for Proposal (RFP) is due 15 March 2010 at 1:00 PM EST. The RFP will be emailed to Jerome.Carter@conus.army.mil Its the sole responsibility of the offeror to review the FEDBIZOPPS site for any amendments or updates. No information or questions concerning this RFP or request for clarifications will be provided in response to telephone calls. Please see the attached Performance Work Statement for description of services. Clauses can be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with Central Contractor Registration (CCR) at http://www.ccr.gov. Instructions to Offerors IAW 52.212-1 Instruction to Offerors Commercial Items. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an amendment to the solicitation. LATE OFFERS; Request for Proposals or modification of proposals received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. The submission shall be clearly indexed and logically assembled. Each volume shall be appropriately numbered and clearly identified with the date and solicitation number in the header and/or footer and shall begin at the top of each page. The offeror is required to provide one redacted copy without the names (i.e. company, key personnel, etc.). Interested Offerors should contact the contract specialist via email for an offeror code. This code is to be used throughout your proposal in lieu of your company name or logo and must be clearly identified on each volume of your proposal. NOTE: Please submit a cover letter with your redacted proposal addressed to Mr. Jerome Carter with your companys contact information. A Table of Contents should be created using the Table of Contents feature in MS Word. MS Word (.doc) files shall use the following page setup parameters. Margins Top, Bottom, Left, Right 1 Gutter 0 From Edge Header, Footer 0.5 Page Size, Width 8.5 Page Size, Height 11 The following additional restrictions apply: Each paragraph shall be separated by at least one blank line. A standard, 12-point minimum font size applies. New Times Roman fonts are required. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. The offerors proposal shall consist of four separate volumes with one original and three redacted copies of each volume. Offerors shall attach a cover sheet to the outer cover of each volume, which clearly identifies each volume-by-volume number, volume name, and copy number (i.e., Volume I, Technical, copy 2 of 6), Request for Proposal (RFP) number, and date of submission. Use tab indexing to identify all sections within a particular proposal volume. Do not include writing on the tab index page other than that required to identify the particular section. The page count is as follows: Proposal PartPage Count Volume I TechnicalNTE 50 pages, excluding the QCP, excluding resumes, covers, title pages, executive summaries, and table of contents and supporting documentation. Volume II Past PerformanceNTE 15 pages, excluding covers, title pages, executive summaries, and table of contents. Volume III PriceNo Page Limitation Volume IV Solicitation, Offer and Award Documents, Certifications/Representations NTE 20 pages, excluding covers, title pages, executive summaries, and table of contents. Those pages that exceed the page counts for each volume or attachment will not be evaluated. If there are more than forty-five (45) lines of text on any page, the sum of the additional lines will be removed from back to front of the particular volume or attachment and will not be evaluated. Request for Proposal (RFP) should be submitted and shall contain the following information: RFP Number; TIME SPECIFIED FOR RECEIPT OF OFFERORS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed proposals must indicate quantity, unit price, and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Proposal shall also contain all other documentation specified herein. VOLUME I TECHNICAL APPROACH- The proposal will be evaluated to determine whether the offerors methods and approach have adequately and completely considered, defined, and satisfied the requirements specified in the solicitation and whether the offerors methods and approach to meeting the solicitation requirements provide the Government with a high level of confidence of successful completion within the required schedule. No pricing information is to be provided in the Technical Proposal. Subfactor 1- UNDERSTANDING OF THE REQUIREMENT The Government will evaluate the offerors understanding of the work to be performed in accordance with the PWS. The offeror shall submit a proposal that demonstrates its understanding of the work described in Part 5 of the PWS and the extent to which potential risks are identified and mitigated. Subfactor 2 KEY PERSONNEL The Government will evaluate the experience and qualifications of all contractor personnel. The offerors proposal shall include resumes for key personnel and also provide a matrix to include the background/experience of the companys proposed key and non-key personnel mapped to the appropriate PWS tasking that supports the proposed labor category and level. The offeror must propose personnel that posse a minimum of a secret clearance to perform requirements of the PWS. Subfactor 3 CORPORATE EXPERIENCE - The Government will evaluate work experience submitted by the offeror of a similar nature, scope, complexity, and difficulty to that which will be performed under the prospective contract contemplated by this solicitation. VOLUME II- PAST PERFORMANCE: The Government will evaluate past performance of 3 current or previous contracts for relevancy (within the last 3 years) based on how well the contractor performed on projects of similar dollar value, scope, and complexity. Offerors are advised that the Government may use past performance information obtained from centralized past performance databases and sources other than those identified by the offeror and the information obtained may be used for both the responsibility determination and the best value decision. The absence of past performance data will be rated neither favorably nor unfavorably. Contracts listed may include those entered into with Government agencies or private sectors. For contractors with no relevant corporate past performance, the Government may take into account information regarding the past performance of predecessor companies, key personnel with relevant past performance, or subcontractors that will perform key aspects of the requirement. The Government will evaluate the Past Performance Elements specified in the Past Performance Questionnaire, Attachment 1. This volume shall be organized into the following sections: (1) Section 1 Contract Descriptions. This section shall include the following information in the following format: (a) Contractor/Subcontractor place of performance, CAGE Code and DUNS Number. If the work was performed as a subcontractor, also provide the name of the prime contractor and Point of Contact (POC) within the prime contractor organization (name, and current address, e-mail address, and telephone and fax numbers). (b) Government contracting activity, and current address, Procuring Contracting Officer's name, e-mail address, telephone and fax numbers. (c) Governments technical representative/COR, and current e-mail address, telephone and fax numbers. (d) Government contract administration activity and the Administrative Contracting Officer's name, and current e-mail address, telephone and fax numbers. (e) Government contract administration activity's Pre-Award Monitor's name, and current e-mail address, telephone and fax numbers. (f) Contract Number and, in the case of Indefinite Delivery type contracts, GSA contracts, and Blanket Purchase Agreements, include Delivery Order Numbers also. (g) Contract Type (specific type such as Firm Fixed Price (FFP), Cost Reimbursement (CR), Time & Materials (T&M), etc.) In the case of Indefinite Delivery contracts, indicate specific type (Requirements, Definite Quantity, and Indefinite Quantity) and secondary contract type (FP, CR, T&M, etc)). (h) Awarded price. (i) Final or projected final price. (j) Original delivery schedule, including dates of start and completion of work. (k) Final or projected final delivery schedule, including dates of start and completion of work. (2) Section 2 - Performance. Offerors shall provide a specific narrative explanation of each contract listed in Section 1 describing the objectives achieved and detailing how the effort is relevant to the requirements of this solicitation. (a)For any contracts that did not/do not meet original schedule or technical performance requirements, provide a brief explanation of the reason(s) for the shortcomings and any corrective action(s) taken to avoid recurrence. The offerors shall list each time the delivery schedule was revised and provide an explanation of why the revision was necessary. All Requests for Deviation and Requests for Waiver shall be addressed with respect to causes and corrective actions. The offerors shall also provide a copy of any Cure Notices or Show Cause Letters received on each contract listed and a description of any corrective action implemented by the offeror or proposed subcontractor. The offerors shall indicate if any of the contracts listed were terminated and the type and reasons for the termination. (3) Section 3 New Corporate Entities. New corporate entities may submit data on prior contracts involving its officers and employees. However, in addition to the other requirements in this section, the offeror shall discuss in detail the role performed by such persons in the prior contracts cited. Information should be included in the files described in the sections above. (4) Past Performance Questionnaire. The offeror shall complete Part I of the Past Performance Questionnaire and e-mail the questionnaire to the Government and private sector technical representative responsible for the past/current contract. The POC's shall be instructed to electronically complete Part II of the questionnaire and e-mail the entire questionnaire to the Contract Specialist, Jerome.Carter@conus.army.mil no later than 15 March 2010 at 1:00 pm EST. The offeror shall also e-mail to the Contract Specialist a list of all the POCs who were sent a questionnaire. The Government must receive this list no later than 15 March 2010 at 1:00 PM EST. The POC List shall be submitted in Word for Windows Table Format to include the following fields: Solicitation Number; Company Name; Contract Number; Government Agency; POC Last Name, First Name; POC Title; POC Telephone Number; POC E-Mail Address; Date E-Mailed to POC (month/day). Please note, that the Past Performance Questionnaire will not be a part of the resultant contract. VOLUME III PRICE. The offeror shall complete the Schedule of Supplies/Services page(s) of the Standard Form (SF) 1449, Continuation Sheet of the solicitation with pricing for the base and each option period. The offerors price proposal should include a breakout of the proposed labor categories and the rates for each category. Hourly rates shall be rounded to the nearest whole cent. Fully loaded labor rates are defined as direct labor hours at specified fixed hourly rates that include wages, overhead, G & A and profit. The offerors price proposal shall be mapped to the proposed labor mix. The offeror shall not propose a price for the Other Direct Costs-Travel CLINs. Other Direct Costs-Travel shall be reimbursed in accordance with FAR 31.205-46 and the Joint Travel Regulation (JTR). MANDATORY CRITERIA Secret Clearance/ Facility Clearance: All proposed personnel performing work under the IGNET Program shall have the requisite security clearances of Secret to adequately assess the range of issues presented to DOD facility, with the exception of the Senior Systems/Network Architect/Engineer, who must have an active TOP SECRET clearance. All proposed key personnel must possess a current SECRET/TOP SECRET clearance on the date of the proposal submission in accordance with paragraph 1.6.6 and 4.2 of the PWS. GO/No-Go criteria proposals will not be further evaluated if the facility and personnel clearance criteria are not met at time of proposal submission. Proposals that do not demonstrate that the offeror possesses the required clearances for all proposed personnel will not be further evaluated and will be determined to be non- responsive. DELIVERY OF OFFERS ELECTRONIC COPIES OF OFFERS WILL BE ACCEPTED. Please send all electronic copies of offers to jerome.carter1@conus.army.mil by the RFP due date. Offerors must send hard copies of offers even though electronic offers were submitted. Offerors shall use one of the following methods for delivering offers: EXPRESS MAIL/COMMON CARRIERS: Offers submitted by express mail services (FEDEX, UPS, DHL, etc.) shall be submitted to: National Capital Region Contracting Center (NCRCC), ATTN: Jerome Carter, RM 11S67, 200 Stovall Street, Hoffman Building II, 11th Floor, Alexandria, VA. 22331-1800. NOTE: Delivery of express mail services at the Hoffman Building is not reliable and usually arrives one to two days AFTER the schedule delivery date. If the offeror intends to use express mail service, it is recommended to have delivery scheduled for one to two days BEFORE the RFP due date. U. S. POSTAL SERVICE CHANNELS (Highly discouraged): NOTE: Because of tightened security measures, this method of delivery is strongly discouraged. Packages arriving through postal service are screened and are opened prior to receipt at NCRCC. These actions and other uncertain delays are probable and outside the control of NCRCC. Any package received by NCRCC through postal channels after the due date will be returned to the offeror in the same condition in which it was received. The contents will not be evaluated and therefore, be ineligible for award. HANDCARRIED OFFERS WILL NOT BE ACCEPTED. EVALUATION/AWARD; IAW FAR 52.212-2, The Government will award a FFP contract from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation is most advantageous to the Government based on the best overall proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to the three evaluation factors: (Technical, Past Performance, and Price). Factor I, Technical is significantly more important than Factor II, Past Performance. All subfactors under Factor I, Technical are of equal importance. The Contracting Officer shall also conduct a price analysis in accordance with the techniques in FAR 15.404-1(b) (2). The non-Price factors combined are significantly more important than Factor III, Price. However, price will become significantly more important as non-price factors approach equality. Offerors are cautioned that the award may not necessarily be made to the lowest price offered. The Government is more concerned with obtaining superior technical features than with making an award at the lowest overall price to the Government. However, the Government will not make an award at a significantly higher overall price to the Government to achieve slightly superior technical features. To receive consideration for award, a rating of no less than Acceptable must be achieved for Factor I, and its associated sub-factors (Understanding of Requirement, Key Personnel, and Corporate Experience). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Pursuant to FAR 15.306(c) the Contracting Officer may establish a competitive range comprised of all of the most highly rated proposals, unless the range is further reduced for reasons of efficiency. Pursuant to FAR 52.215-1(f) (4), the Contracting Officer may limit the number of proposals in the competitive range to the number that will permit an efficient competition among the most highly rated proposals. Offerors will be required to submit a technical and price proposal and will be evaluated against four evaluation factors. To determine which firm represents the best value, the offers will be evaluated as outlined below. The following factors shall be used to evaluate offers. Factor 1- Technical Approach- Subfactor I- Understanding of the Requirement - The Government will evaluate the offerors understanding of the work to be performed in accordance with the PWS. The offeror shall submit a proposal that demonstrates its understanding of the work described in Part 5 of the PWS and the extent to which potential risks are identified and mitigated. Subfactor II- Key Personnel The Government will evaluate the experience and qualifications of all contractor personnel. The offerors proposal shall include resumes for key personnel and also provide a matrix to include the background/experience of the companys proposed key and non-key personnel mapped to the appropriate PWS tasking that supports the proposed labor category and level. The offeror must propose personnel that posse a minimum of a secret clearance to perform requirements of the PWS. Subfactor III Corporate Experience - The Government will evaluate work experience submitted by the offeror of a similar nature, scope, complexity, and difficulty to that which will be performed under the prospective contract contemplated by this solicitation. Factor 1, Technical, will be rated using the following Adjectival Scale. ADJECTIVALDEFINITION OutstandingA proposal that satisfies all of the Governments requirements with extensive detail to indicate feasibility of the approach and shows a thorough understanding of the problems and offers numerous significant strengths, with an overall low degree of risk in meeting the Governments requirements. GoodA proposal that satisfies all of the Governments requirements with adequate detail to indicate feasibility of the approach and shows an understanding of the problems and offers some significant strengths or numerous minor strengths, which are not offset by weaknesses, with an overall low to moderate degree of risk in meeting the Governments requirements. AcceptableA proposal that satisfies all of the Governments requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Governments requirements. UnacceptableA proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal. Factor 2 Past Performance- The offeror will submit past performance of 3 current or previous contracts for relevancy (within the last 3 years) based on how well the contractor performed on projects of similar dollar value, scope and complexity. Offerors are advised that the Government may use past performance information obtained from the centralized past performance databases and sources other than those identified by the offeror and the information obtained may be used for both the responsibility determination and the best value decision. Profiles of contract efforts should include dates, location, types of contract, dollar values, descriptions of the work and references. References information should include the name, address, fax number and telephone number of the Contracting Officer or contract administrator. Phone interviews with the references submitted for the past contract efforts on similar work will be used to confirm those efforts and determine whether they met or exceeded contractual requirements. Reference should also be provided for any anticipated subcontractors to be used. The absence of past performance data will be rated neither favorably nor unfavorably. Factor 2, Past Performance, will be rated using the following Adjectival Scale ADJECTIVALDESCRIPTION Low RiskLittle doubt exists, based on the Offerors performance record, that the Offeror can perform the proposed effort. Moderate RiskSome doubt exists, based on the Offerors performance record, that the Offeror can perform the proposed effort. High RiskSignificant doubt exists, based on the Offerors performance record, that the Offeror can perform the proposed effort. Unknown RiskLittle or no relevant performance record identifiable; equates to an unknown risk rating having no favorable or unfavorable evaluation significance. Factor 3 Price- Price proposals will be evaluated for reasonableness and to determine the best overall value to the Government. The offeror shall also provide a detailed breakout of all labor categories and other costs that are associated with the work specified in the Performance Work Statement. The Government will evaluate offers for award purposes by adding the total of all CLIN prices, including all options to ensure that pricing is not unbalanced. No adjective ratings will be used to evaluate price. Submit your proposal in accordance with the following CLINs: Submit your proposal in accordance with the following CLINs structure: Item Supply/Service Quantity Unit Unit Price Amount BASE CLIN 0001 Labor 12 Month$ CLIN 0002 Travel & ODCs Not to Exceed CLIN 0003 Contractor Manpower Report 1 Each$ OPTION YR 1 CLIN 1001 Labor 12 Month$ CLIN 1002 Travel & ODCs Not to Exceed CLIN 1003 Contractor Manpower Report 1 Each$ OPTION YR 2 CLIN 2001 Labor 12 Month$ CLIN 2002 Travel & ODCs Not to Exceed CLIN 2003 Contractor Manpower Report 1 Each$ OPTION YR 3 CLIN 3001 Labor 12 Month$ CLIN 3002 Travel & ODCs Not to Exceed CLIN 3003 Contractor Manpower Report 1 Each$ OPTION YR 4 CLIN 4001 Labor 12 Month$ CLIN 4002 Travel & ODCs Not to Exceed CLIN 4003 Contractor Manpower Report 1 Each$ Contract Manpower Report Clause: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Actual direct labor hours (including sub-contractors); (6) Actual direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where the contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38 and Defense Federal Acquisition Regulation Supplement (DFARS) Document Change Notice (DCN) current to 20091123. The following Federal Acquisition Regulation (FAR) and DOD FAR Supplement (DFARS) provisions apply: All offerors must be Central Contractor Registered (CCR) and online representation and certification application (OCRA) must be activated. OCRA registration for online representation and certification requirements may be viewed via the internet at www.bpn.gov. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRENSENTATIONS AND CERTIFICATIONSCOMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-3547. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the internet at http://farsite.hill.af.mil. 52.203-6 Restrictions On Subcontractor Sales To The Government; 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I; 52.203-7 Anti-Kickback Procedures; 52.204-2 Security Requirements; 52.204-5 Women-Owned Business (Other Than Small Business); 52.204-7 Central Contractor Registration; 2.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-11 Liquidated Damages--Supplies, Services, or Research and Development; 52.212-1 Instructions to Offerors--Commercial Items; 52.212-2 Evaluation - Commercial Items; 52.212-4 Contract Terms and Conditions--Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; 52.217-5 Evaluation Of Options; 52.217-8 Option To Extend Services; 52.217-9 Option To Extend The Term Of The Contract; 52.219-1 Small Business program Representations; 52.219-9 Small Business Subcontracting Plan; 52.219-16 Liquidated Damages-Subcontracting Plan; 52.227-14 Rights in Data-General; 52.227-17 Rights In Data-Special Works; 52.232-22 Limitation Of Funds; 52.232-9000 Wide Area Workflow-Receipt And Acceptance (WAWF-RA); 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation; 52.237-3 Continuity Of Services; 52.239-1 Privacy or Security Safeguards; 52.242-2 Production Progress Reports; 52.242-13 Bankruptcy; 52.242-15 Stop-Work Order; 52.244-6 Subcontracts for Commercial Items; 52.249-2 Termination For Convenience Of The Government (Fixed-Price); 252.227-7015 Technical Data--Commercial Items; 252.227-7020 Rights In Data--Special Works; 252.232-7007 Limitation Of Government's Obligation; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: 52-219-6 Notice of Total Small Business Set-Aside, 52.222-3, Convict Labor (E.O. 11755); FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793);FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13 Restriction on certain foreign Purchase; FAR 52.232-33, Payment by Electronic Funds Transfer; DFAR 252.232-7003, Electronic Submission of Payment Requests; DFAR 252.246-7000, Material Inspection and Receiving Report. No information or questions concerning this RFP or request for clarifications will be provided in response to telephone calls.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/77896e57320971ae7c3cfaf1a633cf86)
- Place of Performance
- Address: Contracting Center of Excellence (NCR-CC) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
- Zip Code: 20310-5200
- Zip Code: 20310-5200
- Record
- SN02070897-W 20100224/100222235546-77896e57320971ae7c3cfaf1a633cf86 (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 |