SOLICITATION NOTICE
70 -- Tactical Validation Authority Software - Brand Name Justification
- Notice Date
- 6/4/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of the Air Force, US Air Forces Central Command/A7K, A7K (Shaw), 524 Shaw Drive, Suite 231, Shaw AFB, South Carolina, 29152, United States
- ZIP Code
- 29152
- Solicitation Number
- FA4889-15-T-0007
- Archive Date
- 6/25/2015
- Point of Contact
- Matthew W. Keith, Phone: 8037177045
- E-Mail Address
-
matthew.keith@afcent.af.mil
(matthew.keith@afcent.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name Justificaiton for Solicitation FA4889-15-T-0007 COMBINED SYNOPSIS/SOLICITATION REF NO. FA4889-15-T-0007 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a Request for Quotation (RFQ) and the reference number is FA4889-15-T-0007 (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82, DFARS DPN 20150602, and AFFARS AFAC 2015-0406. (iv) This solicitation is a 100% total Small Business Set-Aside. NAICS code: 423430. Small business size standard: 100 Employees (v) CLIN 0001 Tactical Validation Authority (TVA) Software 74 Each Premium Support, Period of Performance 12 May 2015 thru 11 May 2016, Part # TVAXXXXLM5 (vi) Tactical Validation Authority (TVA) Software. This requirement is for BRAND NAME ONLY please see attached Brand Name Justification -Quotes are required to be valid for a minimum of 30 days -The Government reserves the right to award on an "All, Some, or None" basis -The Government reserves the right to award without discussions -Annotate "Quote Expiration Date", "Best Delivery Date", and any "Discount Terms" -Quotes are due NO LATER THAN 10 June 2015, NLT 1 PM South Carolina local time. -Questions may be E-mailed to: matthew.keith@afcent.af.mil -This requirement will be awarded on the basis of lowest price technically acceptable -All items must be original, new, and authentic (vii) Offeror shall provide notification to the contracting officer of estimated delivery with quote. FOB Destination to: 609 ACOMS, 846 Dryden Way, Shaw AFB SC 29152 (viii) FAR 52.212-1. Instructions to Offerors - Commercial, applies to this acquisition. (ix) FAR 52.212-2, Evaluation -- Commercial Items does apply. 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; Technical capability is approximately equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items, with its offer (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Please see the clause within the attached solicitation for the additional FAR clauses that are applicable for this acquisition. The following Clauses and Provisioins also apply to this acquisition: 5352.201-9101 OMBUDSMAN (APR 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr. Christopher Williams 129 Andrews Street Langley AFB, VA 23665 Phone: 757-764-6512 Fax: 757-764-4400 Email: christopher.williams.196@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) (a) Definitions. As used in this clause- (1) "Contract financing payment" and "invoice payment" have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) "Electronic form" means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) "Payment request" means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (4) "Receiving report" means the data required by the clause at 252.246-7000, Material Inspection and Receiving Report. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when- (1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; (2) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System); (3) DoD makes payment for rendered health care services using the TRICARE Encounter Data System (TEDS) as the electronic format; or (4) When the Governmentwide commercial purchase card is used as the method of payment, only submission of the receiving report in electronic form is required. (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). ___________________Combo____________________________________ (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ___________________See Below Table_____________________________ (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F87700 Issue By DoDAAC FA4889 Admin DoDAAC FA4889 Inspect By DoDAAC F3UTA6 Ship To Code F3UTA6 Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. ___________ john.baker@nosc.afcent.af.mil ___________________________ ___________ usafcent.a6.ra@afcent.af.mil _____________________________ (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. _____________________ Not applicable ____________________________________________ (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) PROVISIONS By Reference 52.203-11 52.204-7 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions System for Award Management SEP 2007 JUL 2013 52.211-6 Brand Name or Equal AUG 1999 52.212-1 52.219-1 Instructions to Offerors - Commercial Items Small Business Program Representations JUL 2013 APR 2012 52.222-25 Affirmative Action Compliance APR 1984 CLAUSES By Reference 52.203-3 52.203-12 52.203-17 Gratuities Limitation on Payments to Influence Certain Federal Transactions Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights APR 1984 OCT 2010 APR 2014 52.204-4 52.204-13 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper System for Award Management Maintenance MAY 2011 JUL 2013 52.232-39 52.242-13 Unenforceability of Unauthorized Obligations Bankruptcy JUN 2013 JUL 1995 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 252.204-7012 Control Of Government Personnel Work Product Safeguarding of Unclassified Controlled Technical Information APR 1992 NOV 2013 252.225-7001 Buy American and Balance of Payments Program DEC 2012 252.225-7012 Preference for Certain Domestic Commodities FEB 2013 252.225-7036 252.232-7003 Buy American - Free Trade Agreements - Balance of Payments Program Electronic Submission of Payment Requests and Receiving Reports DEC 2012 JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.247-7023 5352.223-9000 Transportation of Supplies by Sea Elimination of Use of Class I Ozone Depleting Substances JUN 2013 NOV 2012 The Offeror must propose on an all or none basis. Written quote is required (oral quote will not be accepted). Submission of quote must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. Please include CAGE Code, DUNS, Tax Identification Number, and Discount Terms. Delivery Date will be approximately 30 days after receipt of order. This is a brand name requirement. All responsible sources may submit a proposal which shall be considered. To be eligible to receive an award resulting from this RFQ, Offerors must be registered in the System for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov. Offerors shall electronically complete FAR 52.212-3, Offeror Representations and Certifications-Commercial Items at http://www.sam.gov. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. Quote must be received no later than 10 June 2015 at 01:00 p.m. South Carolina Local Time. Proposals shall be emailed to matthew.keith@afcent.af.mill. Point of Contact for this requirement is TSgt Matthew Keith at (803) 717-7045.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0e119602e009d38f24bc352bcd05e6c5)
- Place of Performance
- Address: 846 Dryden Way, Shaw AFB, South Carolina, 29152, United States
- Zip Code: 29152
- Zip Code: 29152
- Record
- SN03753053-W 20150606/150604235410-0e119602e009d38f24bc352bcd05e6c5 (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 |