Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 25, 2014 FBO #4718
SOLICITATION NOTICE

99 -- Activu Datawall

Notice Date
10/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, 25th Air Force, 25th AF/PK, 102 Hall Blvd, Ste 258, Lackland AFB, Texas, 78243, United States
 
ZIP Code
78243
 
Solicitation Number
FA7037-14-Q-5555
 
Archive Date
11/11/2014
 
Point of Contact
Joe Molina, Phone: 2109776173, Yvonne Y. Camarce, Phone: 2109772038
 
E-Mail Address
joe.molina@us.af.mil, yvonne.camarce@us.af.mil
(joe.molina@us.af.mil, yvonne.camarce@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation notice for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes a notice of intent to award a sole source requirement to Imtech Corporation, dba Activu Coproration; The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77. The North American Industry Classification System (NAICS) code for this acquisition is 511210 with a size standard of 750 employees. THIS IS A SOLE SOURCE REQUIREMENT for Activu Data wall and software for the 625th Operations Center at Lackland AFB, TX. Provide your price in the format as follows: CLIN 0001 1ea Phase I Activu Data Wall Building/Load and Test Software IAW SOW dated 22 Oct 2014 FFP CLIN 0002 1ea Phase III Activu Data Wall On-Site Installation and Integration IAW SOW dated 22 Oct 2014 FFP CLIN 0003 1ea Phase III Activu Data Wall On-Site Installation and Integration IAW SOW dated 22 Oct 2014 FFP CLIN 1001 1ea Annual Customer Support IAW SOW dated 22 Oct 2014 FFP CLIN 2001 1ea Annual Customer Support IAW SOW dated 22 Oct 2014 FFP CLIN 3001 1ea Annual Customer Support IAW SOW dated 22 Oct 2014 FFP CLIN 4001 1ea Annual Customer Support IAW SOW dated 22 Oct 2014 FFP FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS REQUIREMENT Delivery to AFISRA/A6, Lackland AFB, 78243 The following provisions are incorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.204-7 -- System for Award Management 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offerors Representations and Certifications 52.212-4 - Terms and Condition - Commercial applies to this acquisition 52.212-5 (Deviation) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders. 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). 52.225-5, Trade Agreements (Nov 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.232-18, Availability of Funds (Apr 1984) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.211-7003 Item Identification and Valuation. 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions The following additional provisions or clauses are specific to this particular requirement: FAR 52.212-1 - Instructions to Offerors applies to this acquisition Provision Addenda: All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. Prospective vendors must be registered in the System for Award Management (SAM) database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at http://www.sam.gov to register. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items: An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.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. 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) : The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 DAYS. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 MONTHS. 5352.201-9101, AF Ombudsman clause: Ms Veronica Solis AF ISR Agency/A4/7, 102 Hall Street, STE 258 San Antonio, TX 78243-7091 (P) 210-977-2288, (F) 210-977-2245 AFISRA.A47@LACKLAND.AF.MIL WAWF - All invoicing and payments are made via Wide Area Workflow (WAWF). WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://dfas.mil. Your contract number or invoice number will be required to inquire on the status of your payment. All vendors must be registered in the System for Award Management (SAM) prior to invoicing. The SAM website can be accesses at http://www.sam.gov/. To be considered for award, vendors must have a CAGE code and present it with the offer. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. The notice closes on Monday, 27 Oct 2014, 12PM, Central Standard Time. Points of Contact are: TSgt Joe Molina & Ms. Yvonne Camarce. TSgt Molina can be reached at joe.molina@us.af.mil or 210.977.6173. Ms. Yvonne Camarce can be reached at yvonne.camarce@us.af.mil or 210.977.2038.. All items will be delivered to HQ AF ISR Agency, Bldg 2000, Lackland AFB TX. 78423. Please contact points of contact for DD254 dated 20140909 (10 Pages), Contract Data Requirements List (3 pages) and Statement of Work dated 22 Oct 2014 (14 pages)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/415f91822bb8805d790f1e6255e16130)
 
Place of Performance
Address: JBSA Lackland, San Antonio, Texas, 78243, United States
Zip Code: 78243
 
Record
SN03556646-W 20141025/141023234232-415f91822bb8805d790f1e6255e16130 (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.