Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2015 FBO #5035
SOLICITATION NOTICE

D -- Easeworks Software Maintenance - Easeworks Attachments

Notice Date
9/4/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - New Jersey, BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-16-T-1090
 
Archive Date
9/24/2015
 
Point of Contact
Kristen Rounsaville, Phone: 9737242843, Laura A. Mackie, Phone: 9737242293
 
E-Mail Address
kristen.a.rounsaville.civ@mail.mil, laura.a.mackie.civ@mail.mil
(kristen.a.rounsaville.civ@mail.mil, laura.a.mackie.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification GPAT Performance Work Statement Synopsis 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; quotes are being requested and a written solicitation will not be issued. The U.S. Army Contracting Command - New Jersey, Maneuver Ammo Center at Picatinny Arsenal, NJ 07806-5000 is issuing this combined synopsis/solicitation to provide Easeworks brand software maintenance and technical product support agreement in support of the Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS). The contractor shall provide Easeworks brand software maintenance and technical product support agreement in support of NDMS. Easeworks is a web enabled application which provides automated labor standards generation and maintenance, time studies, and other standards analysis application and maintenance. This Easeworks Software Maintenance support covers upgrades to software as soon as they become available, live support from 8:00am to 5:00pm Pacific Standard Time (PST), unlimited support via internet and email, unlimited telephone support, software fixes and updates delivered via the internet and newsletters delivered via email. The type of new contract contemplated is a Firm-Fixed Price Purchase Order. The Government's selection for awardee will be made on the basis of the lowest priced quote meeting the acceptability standards for the technical factor in accordance with FAR 15.101-2, lowest price technically acceptable source selection process. The Government will utilize the policies contained in Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items (Services) and Part 13, Simplified Acquisition Procedures. This requirement will be competed full and open competition (F&OC), after exclusion of sources. The requirement will consist of one (1) purchase order with a 12-month period of performance and two (2) option years. Award is anticipated on or about 14 September 2015. Point of contact for this requirement is Laura Mackie, Contract Specialist, laura.a.mackie.civ@mail.mil and Kristen Rounsaville, Contracting Officer, kristen.a.rousaville.civ@mail.mil. Applicable Federal Supply Code/Product Service Code (FSC/PSC) is D319. Applicable NAICS code is 511210. Solicitation This combined synopsis/solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-83. The NAICS code for this procurement is 511210. This solicitation is for full and open competition (F&OC), after exclusion of sources. The U.S. Army Contracting Command - New Jersey, Maneuver Ammo Center, on behalf of the Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) has a requirement for Easeworks brand software maintenance and technical product support agreement, in accordance with the attached Performance Work Statement. Purchase Order Contract Line Item Numbers (CLINs) will be as follows. The Period of Performance (POP) shall be twelve (12) months from date of award for the base period. Each Option Year shall have a POP of twelve (12) months. CLIN 0001 Easeworks Software Maintenance, Base Year, 1 Lot, $Price CLIN 0002 Easeworks Software Maintenance, Option 1, 1 Lot, $Price CLIN 0003 Easeworks Software Maintenance, Option 2, 1 Lot, $Price Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1 - Instructions to Offerors - Commercial Items. FAR Clause 52.212-2 Evaluation - Commercial Items, applies to this acquisition, along with the following addenda: Addenda to 52.212-2 Evaluation - Commercial Items Basis of Award The Government's selection for awardee will be made on the basis of the lowest priced quote meeting the acceptability standards for the non-cost factors in accordance with FAR 15.101-2, lowest price technically acceptable source selection process. The award will be made to the Offeror who is deemed responsible by the Contracting Officer, in accordance with the General Standards for contractor responsibility at FAR 9.104-1, and whose quote conforms to all of the Request for Quote (RFQ) requirements (including stated terms, conditions, representations, certifications, and all other information) and is assessed, based on the evaluation factors below, to represent the lowest price technically acceptable. Evaluation Factors & Evaluation Approach All quotes will be evaluated in a fair and consistent manner. All quotes will be subject to evaluation by a team of Government personnel. The Offeror whose quote is determined to provide the lowest priced quote that meets the acceptability standards for non-cost factors will be awarded the Order. The Government may reject any quote that is evaluated to be unrealistic in terms of program commitments, including contract terms and conditions, or unrealistically high or low priced when compared to Government estimates, such that the quote is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. The Government reserves the right to award based on initial quotes. The Government intends to evaluate quotes and make an award without discussions with the Offerors (except clarifications as described in FAR 15.306). However, the Government reserves the right to conduct discussions and request quote revisions if it is determined to be in the best interest of the Government. Factor 1 - Technical The Offeror's Quote shall meet the following minimum requirements: - It describes how its proposed Electronic and Information Technology (EIT) deliverables meet at least those technical provisions identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). - It contains adequate information to verify that it satisfies the Section 508 requirements of the Rehabilitation Act of 1973 (i.e. a completed GPAT or VPAT/equivalent) ADJECTIVAL RATING DEFINITION ACCEPTABLE Proposal clearly meets the minimum requirements of the solicitation. UNACCEPTABLE Proposal does not clearly meet the minimum requirements of the solicitation. Factor 2 - Price 1. The Total Evaluated Price is the sum of CLINs 0001, 0002, and 0003. This Total Evaluated Price will then be evaluated for reasonableness in accordance with price analysis techniques at FAR 15.404-1(b). Price will not be scored. Other Considerations. Quotations that are unrealistic in terms of technical or schedule commitments, or unrealistically low in price, will be considered indicative of a lack of understanding of the complexity and risk in the contract requirements. The Government intends to make an award without discussions but reserves the right to hold discussions if they will benefit the Government. Additional Solicitation Provisions and Clauses: The offeror shall complete the following provisions: • 52.212-3, Offeror Representations and Certifications -- Commercial Items (Mar 2015); OR indicate that your company's representation's and certifications are current and available in System for Award Management (SAM). Quoters shall also have a valid registration in the SAM. The website for SAM is https://www.sam.gov/portal/SAM/#1. • 252.209-7992, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law-Fiscal Year 2015 Appropriations (Deviation 2015-O0005) • 52.204-8, Annual Representations and Certifications (Dec 2014) The following FAR and DFAR Provisions and Clauses also apply to this solicitation: • 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (Apr 2008) Any contract awarded as a result of this solicitation will be [ ] DX rated order; [X] DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. • 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 before the end of services period of performance. • DFARS 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. Not applicable (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 TBD Issue By DoDAAC W15QKN Admin DoDAAC TBD Inspect By DoDAAC TBD Ship To Code TBD Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) TBD Service Acceptor (DoDAAC) TBD Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (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. kristen.a.rounsaville.civ@mail.mil and laura.a.mackie.civ@mail.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. N/A (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. • 52.212-4, Contract Terms and Conditions -- Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, along with the following additional clauses under FAR 52.212-5: o 52.222-50, Combating Trafficking in Persons (Mar 2015), 52.233-3, Protest After Award (Aug 1996) o 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) o 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) o 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) o 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) o 52.219-28, Post Award Small Business Program Representation (Jul 2013) o 52.222-3, Convict Labor (June 2003) o 52.222-21, Prohibition of Segregated Facilities (Apr 2015) o 52.222-26, Equal Opportunity (Apr 2015) o 52.222-35, Equal Opportunity for Veterans (Jul 2014) o 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) o 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) o 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) o 52.222-41, Service Contract Labor Standards (May 2014) • 52.204-7, System for Award Management (Jul 2013) • 52.204-13, System for Award Management Maintenance (July 2013) • 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) • 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) • 52.233-3, Protest After Award (Aug 1996) • 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) • 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) • 52.252-2, Clauses Incorporated by Reference (Feb 1998) • 52.252-5, Authorized Deviation in Provisions (Apr 1984) • 52.252-6, Authorized Deviations in Clauses (Apr 1984) • 252.232-7010, Levies on Contract Payments (Dec 2006) • 252.201-7000, Contracting Officer's Representative (Dec 1991) • 252.203-7000, Requirements Relating to Compensation for Former DoD Officials (Sep 2011) • 252.203-7005, Representation Relating to Compensation of Former DoD Officals (Nov 2011) • 252.204-7004, Alternate A, System for Award Management (Feb 2014) • 252.237-7010, Prohibition on Interrogation of Detainees by Contracting Personnel (Jun 2013) • 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) • 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) • 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2015-O0010) (Feb 2015) • 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2015-O0010) (Feb 2015) • 252.204-7000, Disclosure of Information (Aug 2013) • 252.204-7003, Control of Government Personnel Work Product (Apr 1992) • 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Nov 2013) • 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) • 252.243-7001, Pricing of Contract Modifications (Dec 1991) Contract Administration Data Kristen A. Rounsaville Procuring Contracting Officer (PCO) Building 10, Picatinny Arsenal, NJ 07806-5000 Phone: (973) 724-2843 Email: kristen.a.rounsaville.civ@mail.mil Laura A. Mackie Contract Specialist Building 10, Picatinny Arsenal, NJ 07806-5000 Phone: (973) 724-2293 Email: laura.a.mackie.civ@mail.mil All quotes shall be submitted via email to the following point of contact: Ms. Laura Mackie, laura.a.mackie.civ@mail.mil. Quotes must be received no later than 09 September 2015, 1600 EST. Confirmation of receipt of transmission by the Government by the date/time specified for receipt of quotation is the responsibility of the offeror.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a4a2b0262e6a513e11841b0fee36e21c)
 
Record
SN03873276-W 20150906/150904235537-a4a2b0262e6a513e11841b0fee36e21c (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.