Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
SOLICITATION NOTICE

70 -- Activu Data Wall Maintenance - Single Source - Single Source Justification

Notice Date
8/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8307-14-Q-0235
 
Archive Date
9/19/2014
 
Point of Contact
Graciela Fernandez, , Richard Bremer,
 
E-Mail Address
aflcmc.hnck.workflow.1@us.af.mil, aflcmc.hnck.workflow.1@us.af.mil
(aflcmc.hnck.workflow.1@us.af.mil, aflcmc.hnck.workflow.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Activu Data Wall Maint. - Single Source Justification 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. Solicitation number FA8307-14-Q-0235 is hereby issued as a single source Request for Quotation (RFQ) to Imtech Corporation DBA Activu as implemented by FAR 13.106-1(b), soliciting from a single source. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This RFQ is unrestricted and is advertised under the North American Industry Classification System (NAICS) Code: 511210, with a small business size standard of $38,500,000.00. The Government anticipates a firm-fixed-price award as a result of this solicitation. Request a proposal on the following item(s) and quantity(s): 1) Activu 1st Year Silver Level Support and Software Upgrades, P/N: N/A, 12 MO; 2) Travel and Technical Expenses (includes airfare for five (5) round trips, per diem IAW JTR, and vehicle rental), P/N: N/A, 1 LS. Award will be made on "all" or "none" basis. Required delivery shall be on or before thirty (30) days after receipt of award. Place of delivery shall be ESC/HSJG, 3133 General Hudnell Drive, Suite 200, San Antonio TX 78226. The following FAR provisions apply to this acquisition: 52.212-01, Instructions to Offerors--Commercial Items (Apr 2014) [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 offered to meet the Government requirement; (ii) price; (iii) 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 (May 2014), with Alternate I (May 2014) with their proposal. The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in SAM at https://www.sam.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 (May 2014) - Alternate I (May 2014); 52.212-04, Addendum to Contract Terms and Conditions--Commercial Items (May 2014) [paragraph (a) is as follows: The place of inspection, acceptance, and FOB is 3133 General Hudnell Dr., Ste 200, San Antonio, TX 78266]; 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jul 2014) [The clauses that are check marked as being applicable to this purchase are: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013); 52.219-28, Post-Award Small Business Program Representation (Jul 2013); 52.222-03, Convict Labor (Jun 2003); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2014); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Veterans (Jul 2014); 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014); 52.222-37, Employment Reports on Veterans (Jul 2014); 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-System for Award Management (Jul 2013)]; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013). The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Nov 2013); 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Deviation) (Jan 2012); 252.225-7001, Buy American and Balance of Payments Program (Dec 2012); 252.225-7021, Trade Agreements (Oct 2013); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); 252.232-7006, Wide Area Workflow Payment Instructions (May 2013); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.239-7017, Notice of Supply Chain Risk (Nov 2013); 252.239-7018, Supply Chain Risk (Nov 2013); 252.244-7000, Subcontracts for Commercial Items (Jun 2013); 252.247-7023, Transportation of Supplies by Sea - Basic (Apr 2014); 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000). The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Apr 2014) [the fill in portion of this clause is: Mr. Thomas Davenport, AFLCMC/XZC, 45, Bldg. 1600, Hanscom AFB, MA 01731, Telephone # (781) 225-1740, E-mail: thomas.davenport@us.af.mil]. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Submit signed and dated offer to: Department of the Air Force, AFLCMC/HNCKC, Attn: Mr. Richard Bremer, 3133 General Hudnell Drive, Suite 200, San Antonio TX 78226 on or before 4:00 P.M. Central Standard Time, 5 September 2014. Responses/offers must be sent electronically to aflcmc.hnck.workflow.1@us.af.mil. 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 aflcmc.hnck.workflow.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8307-14-Q-0235 /listing.html)
 
Place of Performance
Address: 3133 General Hudnell Drive, Suite 200, San Antonio, Texas, 78226, United States
Zip Code: 78226
 
Record
SN03485411-W 20140830/140829022445-508c17d76a581b93bbd8807ff63ae676 (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.