Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
MODIFICATION

R -- AMENDMENT ONE: PROVIDE AN ANSWER TO A VENDOR QUESTION. SOURCES SOUGHT; W91ZLK-15-R-0020 FOR REVERSE AUCTION SERVICES

Notice Date
5/7/2015
 
Notice Type
Modification/Amendment
 
NAICS
454112 — Electronic Auctions
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-15-R-0020
 
Response Due
5/8/2015
 
Archive Date
7/6/2015
 
Point of Contact
Samantha L Cartwright, 443-861-4725
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(samantha.l.cartwright.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT ONE: ANSWER TO VENDOR QUESTION. Vendor Question: quote mark Your sources sought notice includes a request for a quote. Can you clarify whether a solicitation will be issued or whether the Government intends to award a contract based on the responses to the sources sought notice? quote mark Government Response: This is a sources sought to conduct additional market research on what is offered in today's commerical market. This sources sought is requesting vendors to provdie their capabilties. An official Request For Quote (RFQ) will be posted at a later date which the Contracting Office will intend to make an award from. The Army Contracting Command (ACC) is seeking to streamline the acquisition process by taking advantage of innovative e-procurement technologies. The purpose of this notice is to conduct market research of the commercial market and notify the general public of the Government's requirement. This acquisition is in accordance with FAR Part 15. 1. General Information: a.)Sources Sought Reference Number: W91ZLK-15-R-0020. b.)This sources sought document incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 90-31. c.)This requirement is a Total (100%) Small Business Set Aside. d.)The associated North America Industry Classification System (NAICS) Code is 454112; Electronic Auctions and the Business Size Standard is 500 Employees. e.)The Government contemplates award of a Best Value; Trade-Off. 2. Description of the Requirement: ACC is seeking to establish a contract for which the contractor shall provide user-friendly, web-enabled capabilities to purchase commodities and services through a reverse action platform that does not require download or installation of any software, nor the management of the platform by the Government. This web-enabled reverse auctioning platform shall permit acquisition personnel to conduct real-time competed auctions for different contract vehicles by posting online reverse auction formatted solicitations, utilize best value award criteria, and establish auction start/end times. The system shall be versatile to allow buyers to have complete control of the bidding process to posts auctions, cancel auctions at any time if it is in the best interest of the Government, and to make award to any vendor within the bid pool. This contract will be available for use Army wide. The system shall have sufficient throughput to accommodate increased and/or surging volume. The contractor shall provide information addressing the following topics: Training of acquisition users. Set up accounts for acquisition users. Provide technical/ user support (help desk) to troubleshoot problems with the system. Meet periodically with Army customers to provide updates on reverse auctioning utilization, savings, competition rates, socioeconomic performance, and other topics mutually agreed upon. Provide monthly utilization/savings reports, and/or a query-able business intelligence system to provide this data. Maintain a robust, active seller community of qualified vendors. Recruit and train new sellers to expand the supplier pool. Provide expert reverse auctioning advice when necessary (i.e. timeframe of bids, cancellations and reposting of bids, etc.) Platform ability to handle small business and socioeconomic set-asides, orders against federal supply schedules (GSA), orders against Government-wide multiple award contracts (MACs) to include but not limited to CHESS, orders against agency-specific MACs, and calls against BPAs. Ability for the platform to track, identify, and allocate savings that are attributable to bonafide competition, and those that are attributable to the reverse auction process itself. Create and maintain solid relationships with the Army user community (Buyers and Sellers). To avoid Organizational Conflicts of Interest (OCI), the contractor shall provide only provide the following: oReverse auctioning services and support described above oScreening(s) for all employees for criminal and OCI issues. oMaintain a comprehensive OCI mitigation plan. 3. Deliverables: None 3.3.1 Monthly Reports: The contractor shall submit a monthly report summarizing and detailing all procurement activities for the previous month including but not limited to total actions posted, awarded, and cancelled with the date of action, total target price and award amount, name of buyer including buying division/ branch, name of vendor, business size, contract vehicle utilized, total savings attributable to bonafide competition, total savings attributable to the reverse auction process, Government savings share, contractor savings share, and percentage savings based on a total target price set by the buyer. At the conclusion of each year of performance, the contractor shall create a comprehensive report that lists all procurement activities for the year that includes all elements listed above under the Monthly Reports Section (3.3.1). Monthly and Annual reports shall be submitted electronically to the Contract Specialist and Contracting Officer's Representative (COR). Each Army activity/organization may have their own reverse auctioning point of contact - reports should be submitted directly to the activity/organization point of contact, however, data and reports for all Army activity shall be made available to the Contracting Officer of this contract, upon request. These reports can be in contractor format, but shall include all the required elements described in this section for each respective report. 4. Government Furnished Resources (GFR): The contractor shall provide all resources necessary to operate the reverse auctioning platform. 5. Place of Performance: The reverse auctioning site shall be hosted at a secure data center facility. 6. Operational Hours: The contractor shall provide online access for these services twenty-four (24) hours a day, seven (7) days a week, and 365 days per year (24x7x365), except for scheduled maintenance time after regular work hours. 7. Security and Privacy: The contractor personnel having access to sensitive procurement information shall be required to sign a Non-Disclosure Agreement. 8. Provisions and Clauses: Contractors shall consider the following provisions and clauses. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The Government will award a firm fixed price purchase order based on the lowest price technically acceptable LPTA to the Government. All offered items must meet the specifications of the proposed applicable item or the offer will be rejected as technically unacceptable. A technically acceptable offer is required to fully meet all the specifications. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.219-6 Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-2 Buy American Act - Supplies 52.225-5 Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.246-2 Inspection of Supplies-Fixed Price 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7001 Buy America and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.232-7003 Electronic Submission of Payment Requests. EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. 9. Notes for Contractors: The intent of this sources sought is the make the general public aware of the Government's requirement for a web-enabled, reverse auction platform. It is also to conduct market research on what is being offered in today's commercial market. Contractors which can provide for the requirement stated above shall submit their market research quotes to Ms. Samantha L. Cartwright via e-mail at Samantha.l.cartwright.civ@mail.mil. Please provide response to this sources sought no later than 4:00 P.M. Eastern Standard Time (EST) by 08 May 2015. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9d885aa190e8fbcfe2bae09e2c05518c)
 
Place of Performance
Address: ACC-APG-TENANT CONTRACTING DIV, 6001 Combat Drive Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03723562-W 20150509/150507234920-9d885aa190e8fbcfe2bae09e2c05518c (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  © 1994-2020, Loren Data Corp.