Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 27, 2014 FBO #4659
SOLICITATION NOTICE

70 -- Remedy ITSM Consulting Services - CDRLs - J&A - PWS

Notice Date
8/25/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-14-R-7017
 
Archive Date
9/18/2014
 
Point of Contact
Timothy M. Hayes, Phone: 9376567398
 
E-Mail Address
timothy.hayes.1@us.af.mil
(timothy.hayes.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement Brand Name Justification Contract Data Requirements List (CDRL) A003 - Requirements Documentation Contract Data Requirements List (CDRL) A002 - Design Specification Contract Data Requirements List (CDRL) A001 - Status Report This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. The Government reserves the right to award without discussions. The solicitation document, FA8604-12-R-7017, is a Request for Quotes (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-76. The associated NAICS code is 541512, small business size standard is: $27.5M. This requirement is for BMC Remedy ITSM 8.1 upgrade and consulting services from a BMC Alliance Consulting Partner. See attached Performance Work Statement (PWS). This will be a Firm Fixed Price (FFP) contract with a Cost Reimbursement (CR) CLIN for travel. Travel shall be in accordance with the Joint Travel Regulations (JTR). GSA pricing is required. Period of performance is 30 Sep 2014 through 29 Sep 2015. Performance will be at DLA Transaction Services, Wright-Patterson AFB, OH, but may require travel to other DLA Transaction Services locations in the contiguous United States. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items, applies; the only evaluation factor being price. 52.212-3, Offeror Representations and Certifications - Commercial Items. If offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov, offeror shall complete and submit only paragraphs 52.212-3(b), Offeror Representations and Certifications--Commercial Items, (below) with the offer. (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] If an offeror has not completed the annual representations and certificates electronically at the ORCA website, the offeror shall complete and submit only paragraphs 52.212-3 (c) through (o). The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. TAA compliance shall be in accordance with FAR. DPAS rating is DO-S1. Award will be made to the lowest price, technically acceptable, responsive, responsible offeror. Anticipated Award Date is: 12 Sep 2014 Ms. Jill Willingham-Allen has been appointed as Ombudsman. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or source selection process and does not diminish the authority of the contracting officer. Any questions or concerns about this solicitation should first directed to the buyer at the e-mail address or phone number listed above or you contact the Ombudsman at (937) 255-5472 or via email at: jill.willinghamallen@us.af.mil. Proposals are due by 12:00 noon EST, 3 Sep 2014. Proposals shall be sent via email to timothy.hayes.1@us.af.mil. Any questions regarding this acquisition should be directed to Timothy Hayes, (937) 656-7398 or by e-mail. Addendum: Performance Work Statement (PWS) and Contract Data Requirements List (CDRL)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-14-R-7017/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03479871-W 20140827/140826001226-9d359c23baeaed2b70b7a37421eb4f8f (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.