Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
SOLICITATION NOTICE

D -- Identity Management System - Atch 4, Wage Determination - Atch 1, Statement of Objectives - Atch 2, CDRLs - Atch 3, Justification and Approval

Notice Date
4/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8707-12-R-0008
 
Archive Date
5/17/2012
 
Point of Contact
Donad R. Chatham, Phone: 2109256762, Graciela Fernandez, Phone: 2109251941
 
E-Mail Address
donald.chatham.3@us.af.mil, graciela.fernandez@us.af.mil
(donald.chatham.3@us.af.mil, graciela.fernandez@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Justification and Approval (J&A) Contract Data Requirements List (CDRLs) Statement of Objectives Atch 4, Wage Determination 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. The Government intends to award a sole source, firm-fixed-price, contract to Avatier Corp., 2603 Camino Ramon, Ste 110, San Ramon CA 94583-4798, CAGE: 1DCE0. It is hereby determined that the proposed sole source is the only source capable of meeting the Government's unique requirements under the authority of 10 U.S.C. 2304(c) (1); as implemented by FAR 6.302-1. See attached Justification and Approval document. Solicitation number FA8707-12-R-0008 is hereby issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. This RFP is unrestricted and is advertised under the North American Industry Classification System (NAICS) Code: 511210, with a small business size standard of $25,000,000.00. Wage Determination No. 2005-2521 (Rev 12), Attachment 4, shall apply to this acquisition. Request a written proposal on the following item(s): CLIN 0001 - Software Maintenance and Support (Base Year), 12 months; CLIN 0002 - Software Integration Services (Base Year), 12 Months; CLIN 0003 - Software Program Management Services (Base Year), 12 Months; CLIN 0004 - Group Enforcer Software (Base Year Option), 12 months; CLIN 0005 - Mobile Device Connector (Base Year Option), 12 months; CLIN 0006 - Data (Base Year), 1 Lot, Not Separately Priced (NSP); CLIN 1001 - Software Maintenance and Support (Option Period I), 8 months; CLIN 1002 - Software Integration Services (Option Period I), 8 Months; CLIN 1003 - Software Program Management Services (Option Period I), 8 Months; CLIN 1004 - Group Enforcer Software (Option Period I), 8 months; CLIN 1005 - Mobile Device Connector (Option Period I), 8 months; CLIN 1006 - Data (Option Period I), 1 Lot, Not Separately Priced (NSP). The Avatier Identity Management System (AIMS) is a highly specialized software tool, along with annual support and maintenance services, integration services and additional software and connector modules used to alleviate various manual, redundant user account management tasks. Projected award date is 1 May 2012. The Period of Performance for the base year and option periods are as follows: CLINS 0001-0003 (Base Period), 1 May 2012 - 30 Apr 2013; CLINS 0004-0005 (Base Period), 1 May 2013 - 30 Apr 2014; CLINS 1001-1003 (Option Period I), 1 May 2013 - 31 Dec 2013; CLINS 1004-1005 (Option Period I), 1 May 2014 - 31 Dec 2014. The following FAR provisions apply to this acquisition: 52.212-01, Instructions to Offerors--Commercial Items (Feb 2012) [subparagraph (c) is changed to sixty (60) days and subparagraph (e) is deleted and marked as reserved]. The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with 52.212-02, Evaluation--Commercial Items (Jan 1999) [paragraph (a) is as follows: The following factors shall be used to evaluate offers: (i) technical capability of the item(s) offered to meet the Government requirement; (ii) price; (ii) past performance. Technical and past performance, when combined, are approximately equal to cost or price]. Each offeror shall include a completed copy of the provisions at FAR 52.212-03, Offeror Representations and Certifications--Commercial Items (Apr 2012), with Alternate I (Apr 2011) with their proposal. The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. The following FAR clauses, either by reference or full text, apply to this acquisition: 52.212-04, Contract Terms and Conditions--Commercial Items (Feb 2012); Addendum to 52.212-04, Contract Terms and Conditions--Commercial Items (Feb 2012) [the fill in portion of this clause is: 3133 General Hudnell Dr., Suite 200, San Antonio, TX 78226]; 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Apr 2012) [The clauses that are check marked as being applicable to this purchase are: 52.203-06, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995); 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012); 52.209-06, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-09, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012); 52.219-08, Utilization of Small Business Concerns (Jan 2011); 52.219-28, Post-Award Small Business Program Representation (Apr 2009); 52.222-03, Convict Labor (Jun 2003); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Mar 2012); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.222-41, Service Contract Act of 1965 (Nov 2007); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989); 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (Sep 2009); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003)]; 52.217-05, Evaluation of Options (Jul 1990) 52.217-08, Option to Extend Services (Nov 199) [the fill in portion of this clause is: thirty (30) calendar days]; 52.217-09, Option to Extend the Term of the Contract (Mar 2000) [the fill in portions of this clause are: thirty (30) calendar days and sixty (60) calendar days respectively]. The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.212-7000, Offeror Representations and Certifications Commercial Items (Jun 2005); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2012) [The clauses that are check marked as being applicable to this purchase are: 52.203-03, Gratuities (Apr 1984); 252.203-7000, Requirements Relating to Compensation of former DoD Officials (Sep 2011); 252.203-7003, Agency Office of the Inspector General (Dec 2011); 252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991); 252.225-7012, Preference for Certain Domestic Commodities (Jun 2010); 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.243-7002, Requests for Equitable Adjustment (Mar 1998); 252.247-7023, Transportation of Supplies by Sea (May 2002); 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000)]; 252.232-7010, Levies on Contract Payments (Dec 2006). The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Apr 2010) [the fill in portion of this clause is: ESC/CS, Bldg 1606, 9 Eglin Street, Hanscom AFB, MA 01731, Telephone #: (781) 377-5106, Facsimile #: (781) 377-4659, E-Mail: ESC.Ombudsman@hanscom.af.mil]; 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Apr 2003). Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. In accordance with FAR 5.207, all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. All submissions and questions regarding this RFP must be submitted via email to: donald.chatham.3@us.af.mil at or before 19 Apr 2012, 4:00 P.M. Central Standard Time. Submit signed and dated offer to: Department of the Air Force, ESC/HSJG, Attn: Mr. Donald Chatham, 3133 General Hudnell Drive, Suite 200, San Antonio TX 78226 at or before 23 Apr 2012, 4:00 P.M. Central Standard Time. Responses/offers must be sent electronically by email or fax. The POC for this solicitation is Mrs. Graciela Fernandez at (210) 925-1941 between the hours of 7:00 A.M. and 5:00 P.M. Central Daylight Savings Time or via e-mail graciela.fernandez@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8707-12-R-0008/listing.html)
 
Place of Performance
Address: Lackland AFB, San Antonio, Texas, 78226, United States
Zip Code: 78226
 
Record
SN02723803-W 20120419/120417234953-5edbbf6bda2fb950b9ef84e501ca9a97 (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.