Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2015 FBO #4942
SOLICITATION NOTICE

70 -- Enterprise Environmental Data Management Software - Statement of Work

Notice Date
6/3/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-15-T-XDLA
 
Archive Date
7/17/2015
 
Point of Contact
Jennifer L. McClure, Phone: 2568951155, Paul C Daugherty, Phone: 256 895 1697
 
E-Mail Address
Jennifer.Mcclure@usace.army.mil, paul.c.daugherty@usace.army.mil
(Jennifer.Mcclure@usace.army.mil, paul.c.daugherty@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work 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. The solicitation number is W912DY-15-T-XDLA and is issued as a request for quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This is a total small business set aside. The associated NAICS code is 511210. The Small Business Size Standard is $38,500,000.00. The Contractor shall provide all data management system software, support, maintenance, and related equipment/supplies necessary to install and configure a comprehensive COTS solution that meets the environmental data management system requirements of the DLA described in Section 1, Background and Section 2, Objectives and listed in Table 1, Bill of Materials as listed in the attached Statement of Work. The Bill of Materials list in the Statement of Work attachment identifies the brand name or equal items and the specifications for each item under this requirement. This purchase order shall include all brand name or equal items as listed in the Statement of Work. Required Delivery: All products shall be delivered to the location as described in the PWS 30 after receipt of the order (ARO). Vendors may request a demonstration slot of their product at the address below on either 23 June 2015 or 25 June 2015 from 8:00 AM to 4:00 PM. Requests for a demo slot must be received not later than 19 June 2015. The request shall include a nominal amount of time and any required display or IT equipment required, to include any equipment supplied by the vendor or any equipment requested from the Government. The location of the site visit is a follows: Defense Logistics Agency Headquarters 8725 John J. Kingman Road, Suite 2639 Fort Belvoir, VA 22060 In accordance with FAR 52.212-1, Instructions to Offerors - Commercial Items the following is provided: Quotes shall be submitted to the contracting office no later than 2:00 P.M Central Time on 02 July 2015. All quotes shall be submitted via email to the attention of the Contract Specialist, Jennifer McClure at Jennifer.Mcclure@usace.army.mil and the Contracting Officer, Paul Daugherty at Paul.C.Daugherty@usace.army.mil. Any questions regarding this solicitation should be directed to Jennifer McClure, via email, at Jennifer.Mcclure@usace.army.mil. Quoters shall show quoted total prices for each item listed in the Statement of Work. Quoters shall complete show the list price and discounted prices for each item listed in the Statement of Work and indicate whether the item is brand name or equal. Unit prices shall be the prices for one each of the identified item listed. Extended prices shall be the unit prices multiplied by the quantity required. In accordance with FAR 52.212-2, Evaluation - Commercial Items, the fill-in information at FAR 52.212-2(a) is as follows: The government will select the quote addressing the evaluation factors as listed below. The acquisition evaluation will be conducted utilizing the Lowest Price Technically Acceptable process. As defined in the FAR, lowest price technically acceptable process represents an award made based on the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-price factors and past performance. Evaluation Factors: FACTOR 1: Technical - The term "technical," as used herein, refers to the non-price elements listed below. Quotes will be rated as "Acceptable" or "Unacceptable" in regards to their ability to meet each element. Refer to Table 1 for a description of the ratings. All elements must be acceptable in order for a quote to be considered acceptable for the technical factor and considered for award. • Element 1: Specifications - Specifications have been defined in the Statement of Work (SOW). Quotes must meet or exceed all specifications identified in the SOW to be considered acceptable. • Element 2: Delivery - A delivery date has been identified within the SOW. Quotes must meet or exceed the delivery date specified within the SOW to be considered acceptable. Table 1. Technical Evaluaiton Ratings Rating Description Acceptable Quote clearly meets the minimum requirements of the solicitation Unacceptable Quote does not clearly meet the minimum requirements of the solicitation FACTOR 2: Past Performance - The Government intends to review past performance information from any source available. These sources include, but are not limited to, PPIRS or other databases, interviews with Program Managers, and interviews with Contracting Officers. The quoter shall receive an overall rating of "Acceptable" or "Unacceptable" in accordance with Table 2 below. Past performance must be rated as "Acceptable" in order for a quoter to be eligible for award. Table 2. Past Performance Evaluation Ratings Rating Description Acceptable Based on the quoter's performance record, the Government has a reasonable expectation that the quoter will successfully perform the required effort, or the quoter's performance record is unknown. (See note below.) Unacceptable Based on the quoter's performance record, the Government has no reasonable expectation that the quoter will be able to successfully perform the required effort. Note: In the case of an quoter without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the quoter may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the quoter shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable. The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its quote. The offeror shall complete only paragraph (b) 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 (c) through (m) of this provision. FAR 52.212-4, Contract Terms and Conditions - Commerical Items is applicable to this acquisition and is hereby incorporated by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items is applicable to this acquisition and is hereby incorporated by reference. In conjunction with FAR 52.212-5, the following FAR clauses are incorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.225-1, Buy American Act Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965, as Amended; 52.222-43, Statement of Equivalent Rates for Federal Hires. The following DFARS clauses are applicable to this acquisition and are hereby incorporated by reference: DFARS 252.227-7001, "Buy American Act and Balance of Payment Program", DFARS 252.225-7012, "Preference for Certain Domestic Commodities"; DFARS 252.225-7036, "Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program (ALT I)" 252.243-7002, "Certification of Requests For Equitable Adjustment". In accordance with FAR 52.215-1(f)(4), The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. In accordance with FAR 52.215-1(f)(6), The Government reserves the right to make multiple awards, if after considering the additional administrative costs, it is in the best interest of the Government to do so. SAM Requirement - Offeror must be registered in System for Award Mangement (SAM) and provide a DUNS number before an award can be made. If not registered in SAM, offeror may do so by going to the SAM website at http://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-15-T-XDLA/listing.html)
 
Record
SN03751604-W 20150605/150603234931-c60a0a98ef84898c62f6a497a6479dd2 (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.