Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 23, 2014 FBO #4716
SOLICITATION NOTICE

D -- Maintenance of the MPE/iX Operating System and HP3000/A500 Hardware Repair.

Notice Date
10/21/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB-15-T-CSS1
 
Response Due
11/3/2014
 
Archive Date
12/20/2014
 
Point of Contact
Cynthia Grove, 4103064721
 
E-Mail Address
ACC-APG - Aberdeen Division D
(cynthia.a.grove.ctr@mail.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; proposals are being requested and a written solicitation will not be issued. SUBJECT: Solicitation Number W91CRB-15-T-CSS1, Request for Quotation (RFQ) This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested herein and a separate written solicitation will not be issued. This solicitation is a Request for Quotation (RFQ). This action is a 100% Small Business Set-Aside under NAICS Code: 541519 quote mark Other Computer Related Services quote mark. The size standard for NAICS Code 541519 is $25,500,000.00. The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG), an agency of the Government, intends to procure the following Commercial Non-Personal Services in support of the U.S. Army Aberdeen Test Center (ATC) located on Aberdeen Proving Ground, MD. The Government anticipates the issuance of a Time and Materials (T&M) contract as a result of subject solicitation for one (1) year with two (2) one-year options. The vendor will provide a quote in accordance with the Statement of Work. The following shall be provided by the vendor and should be provided in detail into the quote: -Maintenance of the MPE/iX operating system and HP3000/A500 hardware repair -Labor Costs -Hardware Costs/Repair Costs The vendor will use the attached Price Volume worksheet to provide the quote to the Government. All services are requested to be quoted and specified by the vendor as seen below: Description CLIN 0001 - Maintenance and Repair of the MPE/iX System - Base Year (Labor, Parts, and Travel) CLIN 0002- Contractor Manpower Reporting (NSP) For Option Year 1: CLIN 1001 Maintenance and Repair of the MPE/iX System - Option Year 1 (Labor, Parts, and Travel) CLIN 1002 - Contractor Manpower Reporting (NSP) For Option Year 2: CLIN 2001 - Maintenance and Repair of the MPE/iX System - Option Year 2 (Labor, Parts, and Travel) CLIN 2002 - Contractor Manpower Reporting (NSP) *See Attached Statement of Work (SOW) Other Information/Requirements: 1. It is the responsibility of the Offeror to insure that their Offer is compliant with ALL provisions of the FAR and its supplements. The Government MAY but is not obligated to consider the Offer of any Offeror that is non-compliant with any provision of the FAR and its supplements. Furthermore, the Government is NOT required to inform any Offeror that their Offer is non-compliant with the FAR of any of its supplements. Failure of an Offer to comply with any provision of the FAR and its supplements can be deemed by the Government as insufficient and non-responsive to the solicitation. 2.Place of Performance will be at the following address: US Army Aberdeen Test Center (ATC) 400 Colleran Road Aberdeen Proving Ground, MD 21005-5059 BASIS FOR AWARD: A single award will be made in accordance with Lowest Priced Technically Acceptable (LPTA) and only to the vendor offering the LPTA quote for services meeting or exceeding the acceptability standards for non-cost factors to the Government. The Government reserves the right to award without discussions. Additionally, the Contracting Officer reserves the right to make no award under this solicitation. Price will be evaluated based upon the total proposed price for CLINs. The following formula will be utilized to determine the lowest price vendor for the above CLINs: The Government will add all CLIN's (CLIN's 0001-0002, 1001-1002, and 2001-2002) and the award will go to the vendor with the Lowest Price Technically Acceptable quote for all CLIN's. Meaning, there will be one award for this solicitation. In order to be considered technically acceptable, the Contractors shall be recognized as an authorized software service provider by the manufacturer and must be licensed by Hewlett Packard for access to the source code of the MPE/iX operating system, and have current employees who have attained certification pertinent to providing expert software support for MPE/iX. PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.202-1, Definitions FAR 52.203-7 Anti-Kickback Procedures FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting The Government's Interest When Subcontracting with Contractors debarred, suspended, or proposed for debarment FAR 52.212-1 Instructions to Offerors - Commercial Items FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (include a completed copy of this provision with your quote) FAR 52.212-4 Contract Terms and Conditions - Commercial Items, the following clauses apply: 52.233-1, Disputes, 52.233-3 Protest after Award, 52.204-7, Central Contractor Registration, 52.232-1, Payments, 52.243-1, Changes-Fixed Price, 52.249-1, Termination for Convenience of the Government (Fixed-Price) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, for Paragraph (b) the following clauses apply: 52.219-6, Notice of Total Small Business Set-Aside, 52.222-3, Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity,52.222-36, Affirmative Action for Workers with Disabilities, 52.223-18 Contractor Policy to Ban Text Messaging While Driving, 52.225-13 Restriction on Certain Foreign Purchases, 52.233-4, Applicable Law for Breach of Contract Claim, AND 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. FAR 52.216-31 Time-And-Materials/Labor Hour Proposal Requirements - Commercial Item Acquisition FAR 52.217-4 Evaluation of Options Exercised at Time of Contract Award FAR 52.217-5 Evaluation of Options FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.247-34 F.O.B. Destination CLAUSES INCORPORATED BY REFERENCE FAR 52.204-7 Central Contractor Registration FAR 52.249-1 Termination for Convenience of the Government (Firm Fixed) (Short Form) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004, ALTERNATE A, Central Contractor Registration DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, for Paragraph (b) the following clauses applies: 52.203-3 Gratuities, 252.232-7003 Electronics Submission of Payment Requests and Receiving Reports DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.243-7001 Pricing of Contract Modifications Full text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website: http://www.acq.osd.mil/dpap/sitemap.html. All responsible sources may submit a quote which shall be considered by the Contracting Officer. The offeror must be registered in the System for Award Management (SAM) database prior to award. The offeror shall submit their proposal/quote via email to the Contract Specialist by 3:00 PM - EST U.S. on 3 November 2014. Email: Cynthia.a.grove.ctr@mail.mil and the Contracting Officer email: Thomas.j.marousek.civ@mail.mil. Contact Information: Cynthia Grove Contract Specialist Army Contracting Command - Aberdeen Proving Ground (ACC-APG) P-410-306-4721
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4e211fda877b570902c3c244fe1108a2)
 
Place of Performance
Address: ACC-APG - Aberdeen Division D ATTN: CCAP-SCD, 4310 Boothby Hill Road Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03554961-W 20141023/141021234359-4e211fda877b570902c3c244fe1108a2 (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.