Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2013 FBO #4171
SOLICITATION NOTICE

D -- CommVault Premier Level Software Maintenance Support - CommVault, Itemized CommCell Listing - J&A for Other than Full & Open Competition

Notice Date
4/24/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-13-T-6014
 
Point of Contact
William T. Ray, Phone: (719) 556-3843, Wendy Farnsworth, Phone: (719) 556-0851
 
E-Mail Address
william.ray.11@us.af.mil, wendy.farnsworth.1@us.af.mil
(william.ray.11@us.af.mil, wendy.farnsworth.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment #2 Attachment #1 (i) This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation, FA2517-13-T-6014, is being issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66. (iv) This procurement is not a small business set-aside. The NAICS code is 511210, Software Publishers, and the size standard is $25M. A single award will be made to the lowest priced technically acceptable offer. Offerors will be evaluated in accordance with FAR 52.212-2 Evaluation. (v) The commercial "Itemized Listing" and the memorandum entitled "Justification and Approval for Other than Full and Open Competition" are attached. The items required are being procured as CommVault Brand Name. As part of your quote, you are required to fill out and return the "Itemized Listing". If the above information is not included your quote will be considered nonresponsive. This requirement is for CommVault Software Maintenance Support in accordance with the attached "Itemized Listing". (vi) Quotes submission: Item identification to include ComCell ID numbers, description, pricing information, terms & conditions. (Quotes must be valid for a minimum of 30 days after submittal). Also submit DUNS, CAGE Code, FOB Point, Discount Terms, Delivery Date and DFAR 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012) (vii) The commercial item being requested shall be priced as FOB destination to Peterson AFB, CO. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Feb 2012), applies to this acquisition. All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, Tax ID, and Terms & Conditions shall be submitted with the quote. All firms must be registered in the System for Award Management (SAM) database at (www.sam.gov ) in order to be considered for award. Multiple offers will not be accepted. The government will not provide contract financing for this acquisition. Provide one total price for all items by filling out the attached "Itemized Listing" (ix) FAR 52.212-2(a) Evaluation-Commercial Items (Jan 1999), applies to this acquisition. 1) Evaluation will be based on lowest price technically acceptable 2) To be considered technically acceptable, the quote must match the twenty-one (21) CommCell ID's for each line item identified in the attached itemized listing. 3) The period of performance is for 12 months (26 Jun 2013 - 25 Jun 2014) (x) The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Dec 2012), applies to this acquisition. All vendors shall be registered in the System for Award Management (SAM) (www.sam.gov) at the time of quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2012), applies to this acquisition. (xii) The below clause 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Jan 2013) (DEVIATION), applies to this acquisitions. (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(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)). (iii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (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 (v) [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) (xiii) The following additional clauses apply to this acquisition: The following FAR clauses apply to this solicitation: a) FAR 52.202-1, Definitions (Jan 2012) b) FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontracting Awards (Aug 2012) c) FAR 52.204-99 (Dev), System for Award Management Registration (Aug 2012) d) FAR 52.222-3, Convict Labor (June 2003) e) FAR 52.222-19, Child Labor-Cooperation With Authorities and Remedies (Mar 2012) f) FAR 52.222-21, Prohibition of Segregated Facility (Feb 1999) g) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) h) FAR 52.222-25, Affirmative Action Compliance (Apr 1984) i) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) j) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jan 2008) k) FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003). l) FAR 52.232-99 (Dev), Providing Accelerated Payment to Small Business Subcontractors (Aug 2012) m) FAR 52.233-1, Disputes (July 2002) n) FAR 52.233-2, Service of Protest (Sep 2006) o) FAR 52.233-3, Protest after Award (Aug 1996) p) FAR 51.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) q) FAR 52.239-1, Privacy or Security Safeguards (Aug 1996) r) FAR 52.242-13, Bankruptcy (July 1995) s) FAR 52.243-1, Changes - Fixed-Price (Aug 1987) t) FAR 51.249-2, Termination for Convenience of the Government (Fixed Price) (Apr 2012) u) FAR 52.249-8, Default (Fixed-Price Supply and Services)(Apr 1984) v) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) w) FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984)(Defense Federal Acquisition Regulation Supplement, Chapter 2) 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 address: (http://farsite.hill.af.mil) (End of Clause) The following DFAR clauses apply to this solicitation: a) DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) b) DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (JAN 2009) b) DFAR 252.204-7004 (Alt A), Central Contractor Registration (FEB 2013) c) DFAR 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012) ***Fill-in and return with quotation*** d) DFAR 252.212-7000, Offeror Representations and Certifications -Commercial Items (JUN 2005) e) DFAR 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (FEB 2013) f) DFAR 252.225-7012, Preference for Certain Domestic Commodities (FEB 2013) g) DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) h) DFAR 252.232-7010 Levies On Contract Payments (Dec 2006) The following AFFAR clause applies to this solicitation: a) AFFAR 5352.201-9101 Ombudsman (Nov 2012) - contact: Center/MAJCOM/DRU or AFISRA ombudsmen, Col Matthew Stevens, 150 Vandenberg St, Peterson AFB, CO, 80914-1105, Commercial number 719-554-5300, Fax number 719-554-5299, matthew.stevens@us.af.mil. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Questions regarding this solicitation shall be submitted in writing no later than 2:00 PM MST, 29 April 2013. Submit questions to Ms. Wendy Farnsworth at wendy.farnsworth.1@us.af.mil, Mr. William Ray at william.ray.11@us.af.mil and 21cons.lgcba@us.af.mil Quotes shall be submitted in writing no later than 9:00 AM MST, 3 May 2013. Submit quotes to Ms. Wendy Farnsworth at wendy.farnsworth.1@us.af.mil, Mr. William Ray at william.ray.11@us.af.mil and 21cons.lgcba@us.af.mil Quotes submission: Item identification to include ComCell ID numbers, description, pricing information, terms & conditions. (Quotes must be valid for a minimum of 30 days after submittal). Also submit DUNS, CAGE Code, FOB Point, Discount Terms, Delivery Date and DFAR 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012) (xvi) Contact Information: Primary Point of Contact: Mr. William Ray Contracting Officer Phone: 719-556-3843 E-mail: william.ray.11@us.af.mil Secondary Point of Contact: Ms. Wendy Farnsworth Contract Specialist Phone: 719-556-0851 E-mail: wendy.farnsworth.1@us.af.mil 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012- O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) ______________ ____________________ ____________________ Company Name / Title Signature / Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-13-T-6014/listing.html)
 
Place of Performance
Address: Peterson AFB, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN03044207-W 20130426/130424234425-de80ec1a08d1327dfa181383e32ef0e9 (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.