Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2013 FBO #4193
SOLICITATION NOTICE

99 -- Mass Notification Service

Notice Date
5/16/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
 
ZIP Code
20762
 
Solicitation Number
FA7014-13-T-3017
 
Archive Date
6/13/2013
 
Point of Contact
Jermaine Williams, Ctr., , William Caffaro,
 
E-Mail Address
jermaine.williams.ctr@afncr.af.mil, william.caffaro@afncr.af.mil
(jermaine.williams.ctr@afncr.af.mil, william.caffaro@afncr.af.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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. FA7014-13-T-3017. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66. The North American Industry Classification System (NAICS) code for this acquisition is 511210. The proposed contract type will be firm fixed-price and set-aside for Small Business. CONTRACT LINE ITEM NUMBER: LINE ITEM 0001: Mass Notification System-MIR3 (Brand Name or Equal), QTY:___, UNIT PRICE: ________, EXTENDED PRICE: ________. System Requirements: • Provide a minimum of 5 System Administrator Accounts and 2,000 Recipient Accounts. • Issue mass notifications via web, email or phone to 2,000 personnel within 20 minutes. • Allow recipients to respond by voice, email or menu choice via phone. • 5,000 minutes of telephonic use per year in the base subscription. • Ability to create and change mass notification message templates and message groups with easy to understand instructions that require little or no computer knowledge by the user. • Ability to provide customized notifications to recipients in computer generated voice. • Ability to record in human voice is desired but not required. • Easily import contact data using MS Excel 2010 and later versions that will have the following categories but not limited to only these only: name/rank/office symbol/home phone/office phone/mobile phone... • Allow access control and security with permissions. • Ability to create individual contact groups. • Compatible with Department of Defense Unclassified and Classified networks. • Vendor shall provide Initial system operation and maintenance training for staff of 10 personnel within 15 days after contract award, and annual refresher training thereafter at no additional cost. • Period of Performance shall begin no later than 01 Sep 2013. • 24/7 maintenance and support. Option Year 01: LINE ITEM 1001: Mass Notification System-MIR3 (Brand Name or Equal), QTY:___, UNIT PRICE: ________, EXTENDED PRICE:________. Option Year 02: LINE ITEM 1001: Mass Notification System-MIR3 (Brand Name or Equal), QTY:___, UNIT PRICE: ________, EXTENDED PRICE: ________. Option Year 03: LINE ITEM 1001: Mass Notification System-MIR3 (Brand Name or Equal), QTY:___, UNIT PRICE: ________, EXTENDED PRICE: ________. PERIOD OF PERFORMANCE: 01 Sep 13 to 30 Aug 14. PERFORMANCE LOCATION: WASHINGTON DC FAR PROVISIONS: The provision at 52.212-1, Instructions to Offerors-Commercial Items is hereby incorporated. Addendum to FAR Provision 52.212-1 applies to this acquisition is as follows: 52.252-1: http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), 252.212-7000 and 252.225-7000. The following provisions are also applicable by reference: 52.202-1, 52.217-5, 52.252-1, 252.212-7001. The provision at 52.212-2, Evaluation-Commercial Items is applicable to this solicitation and is hereby incorporated by full text: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: I.) Lowest Price (including options) II.) Brand Name or Equal (End of provision) The provision at 52.212-3 -- Offeror Representations and Certifications (Apr 2012) -- Commercial Items is applicable to this solicitation and is hereby incorporated by reference. Offeror must include, with its offer, a completed copy of provision FAR 52.212- 3, Offeror Representations and Certifications-Commercial Items in full text. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-99, 52.253-1, 52.252-2: http://farsite.hill.af.mil, 52.252-6: (b) DFARS (Chapter 2), 252.204-7003, 252.204-7004, 252.212-7001, 252.225-7001, 252.225-7009, 252-247-7023, 252.211-7003 and 5352.242-9000. The following Clauses are also included: 52.217-8, 52.217-9, 52.222-50. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.219-6 and 52.232-33. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-82203 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically through Wide Area Work Flow. You can register at https://wawf.eb.mil. LOCAL CLAUSES: 5352.201-9101, Ombudsman (AUG 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Elizabeth Hair, 1500 W Perimeter RD Suite 5750, Joint Base Andrews MD 20762, Phone # 240-612-6112. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. All responses and quotes must be received no later than 5:00 P.M. Eastern Time on 29 May 2013. Only written quotes with detailed technical information along with any amendments issued and acknowledged will be considered. All Brand Name or Equal offers must include information clearly stating technical equivalency with the requested brand name. Quotes will only be accepted via e-mail to the Contract Specialist listed below. Please e-mail all responses and quotes concerning this solicitation in writing to Mr. Jermaine Williams, Ctr, Contract Specialist at jermaine.williams.ctr@afncr.af.mil. An official authorized to bind your company shall sign and date the quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-13-T-3017/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN03063918-W 20130518/130516234901-f409f8bc01260be36eabb2548d92d23a (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.