Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2010 FBO #3064
SOLICITATION NOTICE

70 -- Aruba Software Maintenance

Notice Date
4/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Fort Sill DOC, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L-10-T-0059
 
Response Due
4/28/2010
 
Archive Date
6/27/2010
 
Point of Contact
Matthew Berberea, 580-442-2869
 
E-Mail Address
Fort Sill DOC
(matthew.berberea@us.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. PART: Department of Defense, United States Army SUBPART: Aruba Maintenance CLASS CODE: 511210 OFFICE ADDRESS: Mission and Installation Contracting Command Directorate of Contracting 1803 NW Macomb Road Fort Sill, Ok 73503-9011 Combination Synopsis Solicitation Total Small Business Set-Aside SOL #: W9124L-10-T-0059 Response Date: 28 April 2010 by 4:00 p.m. CST 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This Solicitation W9124L-10-T-0059 is a Request for Quote (RFQ) for Next Day Support for Aruba Software Maintenance in accordance with the Governments requirement below. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39, effective 19 March 2010. The North American Industrial Classification System (NAICS) number is 511210. This proposed acquisition is set aside for small business. Prospective offerors must be actively registered in Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. In addition to CCR, pursuant to FAR 4.1201(a), prospective Contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov. Payment will be made by government purchase card (visa). The government will not and cannot make payment through PayPal. Please provide quote for maintenance of all equipment referenced in the attached Equipment Technical Exhibit in spaces provided below: Description: ARUBA SOFTWARE MAINTENANCE CLIN 0001 Aruba Maintenance, Base Year Base year for maintenance, please see technical exhibit for work to be completed. Quantity: One (1) __Unit Price = Extended Price $__________. CLIN 0002 Aruba Maintenance, Option Year One Option year one for maintenance, please see technical exhibit for work to be completed. Quantity: One (1)___ Unit Price=Extended Price $__________. CLIN 0003 Aruba Maintenance, Option Year Two Option year two for maintenance, please see technical exhibit for work to be completed. Quantity: One (1)___ Unit Price=Extended Price$ _________ CLIN 0004 Aruba Maintenance, Option Year Three Option year three for maintenance, please see technical exhibit for work to be completed. Quantity: One (1)___ Unit Price=Extended Price$ _________ CLIN 0005 Aruba Maintenance, Option Year Four Option year four for maintenance, please see technical exhibit for work to be completed. Quantity: One (1)___ Unit Price=Extended Price$ _________ Contact Matthew Berberea (Specialist), Phone: (580) 442-2869 Email:matthew.berberea@us.army.mil Fax: (580) 442-3819 or Lisa Slagle (Contract Officer), Phone: (580) 442-3653, Fax: (580) 442-8014, Email: lisa.g.slagle@conus.army.mil if you have any questions/concerns. The following clauses are applicable to this acquisition and incorporated by reference: For further information please go to the associated websites: http://acquisition.gov/comp/far/index.html and http://farsite.hill.af.mil http://farsite.hill.af.mil/. FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper, FAR 52.204-7 Central Contractors Registration, FAR 52.212-4 Contract Terms and ConditionsCommercial Items, FAR 52.247-34 F.O.B. Destination, DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A Required Central Contractors Registration, DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country, DFARS 252.211-7003 ALT 1 Item Identification and Valuation, DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.232-7010 Levies on Contract Payments. The following clauses are applicable to this acquisition and incorporated by full text: FAR 52.252-2 Clauses Incorporated by Reference and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses within the aforementioned clause are being selected as applicable: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-36. 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following DFAR clauses within the aforementioned clause are being selected as applicable: 52.203-3, 252.203-7000, 252.203-7002, 252.205-7000, 252.219-7004, 252.225-7001, 252.225-7012, 252.226-7001, 252.232-7003, and 252.247-7023. The following provisions are incorporated by reference: FAR 52.212-1 Instructions to OfferorsCommercial Items, FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items, FAR 52.214-31 Facsimile Bids, DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders, DFARS 252.225-7012 Preference for Certain Domestic CommoditiesDFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.225-7031 Secondary Arab Boycott of Israel.. The following provisions are incorporated by full text:52.252-1, 252.212-70001, 252.225-7031 Solicitation Provisions Incorporated by Reference. Offerors are to include a completed copy of provision FAR 52.212-3, Offer or Representations and Certifications- Commercial Items, or pursuant to FAR 4.1201 (a) Prospective Contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. AMC AGENCY LEVEL PROTEST PROCEDURES If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program. The protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command counsel Room 2-1 SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) Additional Clarifications and Additional Requirements are applicable to this acquisition as follows: APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately mile). Entrance to Apache Gate is on the left (south). PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, state, municipal, county, and local Board of Health ordinances, rules and regulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. FAIR LABOR STANDARDS ACT AMENDMENT (MAY 74) Notwithstanding any other provision of this contract, the minimum wage payment shall be specified by P.L. 93-259 or the applicable Service Contract Act Wage Determination Rate, if any, whichever is greater. CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. INSURANCE REQUIREMENTS In addition to any Insurance which may be legally required, the Contractor and any subcontractors shall procure and maintain during the entire period of performance under this contract the following minimum insurance coverage: (See FAR 28.307-2) a. COMPREHENSIVE GENERAL LIABILITY INSURANCE: Bodily injury liability insurance in the minimum limits of $500,000 per occurrence and property damage liability insurance in the minimum limits of $100,000 per occurrence shall be required on the comprehensive form of policy. b. AUTOMOBILE LIABILITY INSURANCE: This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. c. WORKER'S COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE: As required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such state will be satisfactory. The required Workman's Compensation Insurance shall extend to cover employer's liability for accidental bodily insurance or death and for occupational disease with a minimum liability limit of $100,000. CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. EXEMPTION FROM THE CLAUSE ENTITLED ELECTRONIC SUBMISSION OF PAYMENT REQUESTS The Contractor is exempt from submitting payment requests and receiving reports in electronic form based on criteria found in DFARS 232.7002 (a). The exception for this contract is PAYMENT BY GOVERNMENT PURCHASE CARD. PAYMENTS The Government will process payments for supplies/services rendered under this contract through the Government-wide Commercial Purchase Card (GPC). The Contractor shall furnish the Government a credit card receipt of the transaction within 24 hours after shipping the supplies or performance of service (see block 9 of the SF1449 or block 6 of the DD1155 for the mailing address. The third party is: US Bank, GPC Payment Services, PO Box 6313, Fargo, ND 58125-6313 The purchase card to be used is: GSA Smart Pay Purchase Card (GPC) SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THEFOLLOWING FORMAT: 1. NAME AND ADDRESS. 2. CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER. (MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxxx)). 3. DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4. SHIPPING AND PAYMENT TERMS. 5. COMPLETE MAILING ADDRESS. 6. TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. EVALUATION AND AWARD The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 8.405-5(b) and/or FAR 13.106-2(b). IDENTIFICATION OF CONTRACTOR EMPLOYEES AND VEHICLES Each side of Contractor-owned vehicles shall bear the Contractor's name in 2-inch letters. Each Contractor employee shall possess an identification card to include employee's name, name of Contractor, current photo, and card serial number. Additionally, each Contractor employee shall display on his/her person a badge or name tag which shall include the name of the employee and the Contractor's name. The Contractor shall collect Contractor-furnished identification badges upon termination of employee. CONDUCT OF EMPLOYEES The Contractors employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. CLARIFICATION OF THIS SOLICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Matthew Berberea at email: matthew.berberea@us.army.mil and Lisa Slagle at email: lisa.g.slagle@us.army.mil. Clarifications and/or questions are due by 4:00 p.m. on Thursday 22 April 2010. Sufficient time should be allowed for a reply to reach offerors before submission of their offers. No phone calls, email only. Oral explanations will not be binding. COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the office designated for receipt by the exact time specified in the RFQ, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. NOTICE OF AWARD A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. POINT OF CONTACT The Contractor shall provide a local telephone number, or a long distance telephone number with reverse charges, that is answered 24 hours a day, seven (7) days a week, and a local address where the Contractor can be notified of or contacted for emergency work. The Government shall not be expected to call a series of phone numbers in order to locate the Contractor or his designated representative. Electronic answering devices, beepers, or pagers shall suffice for this requirement. REGULATIONS The site of the contracted work is on a military reservation, and rules and regulations issued by the Commander, Fort Sill, or other appropriate commanders, covering fire, safety, sanitation, severe weather requirements, admission to installation/facility and conduct of operations shall be observed by the Contractor and his employees.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/da1acc7ee94e5226b82e6ff2894631fb)
 
Place of Performance
Address: Fort Sill DOC Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
 
Record
SN02120605-W 20100415/100413235152-da1acc7ee94e5226b82e6ff2894631fb (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 |
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.