Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2012 FBO #3828
MODIFICATION

70 -- FPED Beech Build Software - Amendment 2

Notice Date
5/16/2012
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisition Services Division (4QFA), 401 West Peachtree ST NW, Ste 2700, Atlanta, Georgia, 30308, United States
 
ZIP Code
30308
 
Solicitation Number
ID40120010
 
Archive Date
5/31/2012
 
Point of Contact
Shysha M. Landry, Phone: (404) 215-8669
 
E-Mail Address
shysha.landry@gsa.gov
(shysha.landry@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Revised Combined/Synopsis Solicitation The RFQ closing date has been revised to May 16, 2012 at 1:30pm EST due to the urgency of the requirement. Federal Acquisition Service Southeast Sunbelt Region SOLICITATION INSTRUCTIONS Title:FPED Beech Build Software Task Order Number:ID40120010 Issuance Date:24 April 2012 Closing Date: 14 May 2012, 05:00 PM EST Questions Due: 11 May 2012, 09:00 AM EST NAICS Code:511210 - Software Publishers Order Type:Firm Fixed Price - Commodity This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this solicitation notice. This announcement constitutes the only solicitation, which is used as a Request for Quote (RFQ); quotes are being requested and a written solicitation will not be issued beyond this solicitation notice. In accordance with FAR 6.302-1, the Government intends to award a brand name contract for software licenses based on BOM requirements. The J&A will not be posted in Pursuant to FAR 6.305(f) as it would disclose the executive agency's needs and disclosure of such needs would compromise national security or create other security risks. This announcement constitutes the only solicitation, which is issued as a Request for Quote (RFQ); quotes are being requested and a written solicitation will not be issued beyond this notice. The Government intends to acquire a commercial item using FAR subpart 12 and the Simplified Acquisition Procedures set forth in FAR subpart 13. The associated NAICS code is 511210 and the small business size standard is $25M. The Small Business Competitiveness Demonstration Program is not applicable. This solicitation is issued as a Request for Quote (RFQ). In accordance with FAR 5.207, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Questions regarding this solicitation must be submitted in writing via email to Shysha Landry, Contract Specialist at Shysha.Landry@gsa.gov no later than the aforementioned closing date and time. Oral communication is not accepted on this solicitation. It is the offeror's responsibility to monitor this site for the release of information amendments (if any). Potential offerors are responsible for downloading their own copy of this notice, and amendments (if any). The only method by which any term of this solicitation may be modified is by a formal amendment to the RFQ generated by the issuing office. No other communications, whether oral or in writing, will modify or supersede the terms of this solicitation notice ISSUING OFFICE Laqulla (Quil) Williams, Contracting Officer GSA/FAS/NITCP (4QFAA) 401 W. Peachtree St, NW, Ste 820 Atlanta, GA 30308 Laqulla.williams@gsa.gov REQUIREMENT The General Services Administration (GSA), Federal Acquisition Services (FAS), National IT Commodity Program (NITCP) has received a requirement from the United States Air Force at Robbins, GA for new software License. Please review the attached Bill of Material (BOM). DELIVERY ADDRESS The equipment will be delivered to: Robert Heddleson 235 Byron Street Suite 19A Robins, AFB 31098 Upon delivery, all shipping documents and equipment containers shall include GSA order number and ACT number. DELIVERY DATE See Period of Performance listed on the Bill of Materials (BOM). QUOTE SUBMISSION PROCEDURES All interested parties must submit their quote via email to shysha.landry@gsa.gov. Quotes will only be accepted via email. All offerors must be registered in the GSA IT Solutions Shop (ITSS) Web-base Order Processing System at https://it-solutions.gsa.gov or via telephone at 877-243-2889 option 2 Monday-Friday 6:00 AM - 5:30 PM PST or outside the continental United States at 858-481-1075. In order to process the vendor's quote in ITSS for submission, all interested parties must send the exact individual name and company name registered in ITSS via email to shysha.landry@gsa.gov no later than 1:00pm on 11 May 2012. THE CONTACT'S NAME MUST BE EXACTLY AS IT APPEARS IN ITSS. It's the interested parties' responsibility to ensure vendor registration is in ITSS, notification of ITSS registration to the GSA POC for this solicitation and submission of the quote are completed before the bid closing date and time. Extension to the RFQ closing date and time will not be granted due to late registration in ITSS. All interested parties quote must include the following: 1. The interested party shall state in their quotation: a. Vendor size status under the solicitation NAICS code, b. Proposed delivery schedule to client location, c. Vendor has an active registration in the Central Contractor Registration (CCR), https://www.bpn.gov/ccr/default.aspx and in Online Representations and Certifications Applications (ORCA), https://orca.bpn.gov/. 2. Completed Bill of Material (BOM) Pricing Sheet with the unit cost, total cost and delivery date. 3. Company standard quote to include product specification, warranty information, and any services offered with the quoted product. 4. Comparison matrix for any quoted equivalent products (if applicable). QUOTE INSTRUCTIONS All quotes shall contain the information described in this solicitation notice. Failure to comply with instructions may result in quote not being considered for award. 1.Quote is to be valid for a minimum of 30 days. 2.The offeror shall include with their quote: a.Proposed delivery schedule to client location b.All fees, including shipping, handling, or freight costs. c.Completed Bill of Material (BOM) Pricing Sheet with the unit cost, total cost and delivery date. d.Vendor has an active registration in the Central Contractor Registration (CCR), https://www.bpn.gov/ccr/default.aspx and in Online Representations and Certifications Applications (ORCA), https://orca.bpn.gov/. e.Company standard quote to include product specification, warranty information, and any services offered with the quoted product (if applicable). 3.Quote per specifications. This requirement is for Adobe/Acrobat X Pro Version 10, Snag-It/Version 10, Shavlick Technologies/Netchk Protect/Version 7.8.1388.0 and maintenance new software only. Substitute products will not be accepted. 4. New equipment only or brand name software, NO remanufactured products, and NO "gray market" items. Ensure that all items will be covered by the manufacturer's warranty. 5.Submit concurrence/exceptions to the terms and conditions along with your quote. Failure to respond will be considered concurrence. BASIS FOR AWARD Award will be based upon the Government's evaluation of the proposal to ensure compliance with all technical requirements of the BOM/SOW. In addition, price will be evaluated to determine that it is fair and reasonable. This order will be issued via ITSS on an electronic Standard Form 1449. INVOICE REQUIREMENTS The Contractor shall provide the following payment information for GSA use. It must be an exact match with the information under the order number in the GSA ITSS Contract Registration (not the Contractor's company or individual representative's registration) as well as with the information under the Contractor's DUNS number in the Central Contractor Registration (CCR), http://www.ccr.gov. Mismatched information will result in rejected payments. •Company Name - Legal Business Name and DBA (Doing Business As) Name •Mailing Address - Contact and Address Information •Remittance Address - Remit To Address Information •Employer's Identification Number - Federal Tax ID •DUNS (Data Universal Numbering System) Invoice shall contain the following information: •Invoice Number - must not include any special characters; ITSS and the invoice must match •ACT Number from SF 1449 •GSA Order Number - must match ITSS •Point of Contact and Phone Number •Period of Performance for the Billing Period •Prompt Payment Discount, if offered •Total Invoice Amount - must match the acceptance information posted in ITSS; cannot exceed the order ceiling A copy of the invoice must be posted in the GSA ITSS web-based Order Processing System (http://it-solutions.gsa.gov). The client agency and GSA must approve the invoice in ITSS prior to payment. The original invoice must be submitted to GSA's finance center. This may be done electronically to the finance center web site (http://www.finance.gsa.gov) or via regular U. S. mail to this address: General Services Administration Finance Operations and Disbursement (BCEB) 299X P.O. Box 219434 Kansas City, MO 64121-9434 NOTE: Only use one method of submission, web site or regular U.S. mail, but not both. The invoice information posted in ITSS must match the invoice information submitted to GSA's finance center to initiate a receiving report. The payment information must satisfy a three-way match (ITSS, GSA finance center, and CCR) for the invoice to be successfully processed for payment. Invoices for Commodities may only be submitted after the goods are delivery unless otherwise approved by the Contracting Officer. The contractor shall attach a copy of DD250, delivery confirmation, or other acceptance documentation along with invoice in ITSS for Government review and acceptance of the products delivered. CONTRACTING OFFICER'S AUTHORITY The Senior Contracting Officer (SCO) is the only person authorized to make or approve any changes in any of the requirements of this contract. The administration of this contract may be further delegated by the Senior Contracting Officer. CONTRACT ADMINISTRATION This GSA/FAS/NITCP office will assign a Contract Specialist to oversee and perform contract administration functions on this Contract as described in FAR 42.302 (a) and will retain these functions at the local level. The Contract Specialist will maintain contact with the client to ensure delivery of all equipment is complete and in accordance with the terms and conditions of the specified order. CONTRACT TERMS AND CONDITIONS CONTRACT TERMS AND CONDITIONS FAR 52.252-1 Solicitation provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://www.acqnet.gov/far/ (End of Provision) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.acqnet.gov/far/ The following clauses are incorporated by Reference: CLAUSE TITLE DATE FAR 52.212-1 Instructions to Offeror - Commercial Items Feb 2012 FAR 52.212-3 Offerors Representations and Certifications- Commercial Items Feb 2012 FAR 52.212-4 Contract Terms and Conditions - Commercial Item Feb 2012 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Mar 2012 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.233-4 FAR 52.243-1Applicable Law for Breach of Contract Claim Changes - Fixed Price Oct 2004 Aug 1987 FAR 52.247-34 FAR 52.249-1FOB Destination Termination for Convenience of the of Government (Fixed Price) (Short Form)Nov 1991 April 1984 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (MAR 2012) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L.108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). ___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). ___ (6) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). ___ (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161) (May 2010) ___ (8) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (9) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (10) [Reserved] ___ (11) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (ii) Alternate I (Nov 2011) of 52.219-6. ___ (iii) Alternate II (Nov 2011) of 52.219-6. ___ (12) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (13) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). ___ (14) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637 (d)(4).) ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (July 2010) of 52.219-9. __X (15) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). ___ (16) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (17) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (18) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (Dec 2010). ___ (19) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (20) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). ___ (21) 52.219-28, Post Award Small Business Program Re-representation (Apr 2009) (15 U.S.C. 632(a)(2)). ___ (22) 52.219-29, Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Nov 2011). ___ (23) 52.219-30, Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Nov 2011). X (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). _X__ (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X__ (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). ___ (28) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). _X__ (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). ___ (30) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). ___ (31) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X__ (32) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (33) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (34) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (35) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). ___ (ii) Alternate I (Dec 2007) of 52.223-16. ___ (36) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). _X__ (37) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). ___ (38) (i) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). ___ (ii) Alternate I (Jan 2004) of 52.225-3. ___ (iii) Alternate II (Jan 2004) of 52.225-3. ___ (39) 52.225-5, Trade Agreements (Mar 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X__ (40) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (41) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (42) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (43) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (44) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __X_ (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). ___ (46) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332). ___ (47) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). ___ (48) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (49) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). ___ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.). ___ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). ___ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.217-7 -- Option for Increased Quantity -- Separately Priced Line Item. As prescribed in 17.208(e), insert a clause substantially the same as the following: Option for Increased Quantity -- Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: 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 15 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. Quote Terms and Conditions Instructions 1Failure to comply with the below instructions may result in quote being determined as non-responsive. Quote per specifications requested based on BOM. Quote is to include all fees, including shipping or freight costs. Provide on quote the estimated ETA, number of days, delivery can be expected after receipt of order. No partial shipments unless specifically authorized at the time of award. Instructions 2Delivery shall be made not later than 10 days after award. Upon delivery, all shipping documents and equipment containers will include GSA-IT order number and/or Act number. Instructions 3Vendors / sales agents submitting quotes MUST BE registered in ITSS. If vendor registration assistance is needed contact 877.243.2889 Option 2. Instructions 4Contact Shysha Landry at Shysha.Landry@gsa.gov to address any questions or comments. Instructions 5Company must be registered on DOD's Central Contractor Registry (CCR). Web site is http://www.ccr.gov. Quote must include proof of CCR registration. Instructions 6New equipment or software ONLY unless specified otherwise. NO remanufactured products and NO "gray market" items. Ensure that all items will be covered by the manufacturer's warranty. Quote per specifications requested. All must be covered by the manufacturer's warranty per the Bill of Materials. Instructions 7Bid MUST be good for 30 calendar days after submission. Instructions-8Quote is to include all fees, including shipping or freight costs. Provide on quote the estimated ETA, number of days, delivery can be expected after receipt of purchase order. Instructions 9Brand name. Quote per specifications requested. If an item has been discontinued or is end of life, annotate quote referencing as such then quote an equal or better replacement for the item. If a reseller of required items, current-dated documentation to support reseller authority shall be provided at time of quote. Instructions 10NO partial shipments (If Shipment is Applicable) unless specifically authorized at time of award. Instructions 11Invoicing must be submitted via ITSS according to the Purchase Order instructions in Block 20. When submitting invoice, invoice must include ONLY the line items quoted. Instruction 12 The Awardee MUST strictly follow GSA's invoicing procedures which will be stated on the award document and includes MANDATORY COMPLIANCE with this essential instruction: "Contractor must submit an acceptance document and attach a copy of the invoice to IT-Solutions Shop (IT-Solutions.gsa.gov). Failure to enter the invoice will result in a rejection. The award will be based on the lowest priced technically acceptable method of evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/12d2d68df77ac8ae5a5f086ac11bbe03)
 
Record
SN02750042-W 20120518/120517000523-12d2d68df77ac8ae5a5f086ac11bbe03 (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.