Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2016 FBO #5294
SOLICITATION NOTICE

70 -- Predator DNC System or Equivalent - Attachments 0001 and 0002

Notice Date
5/20/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334614 — Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W25G1V) Tobyhanna, 11 HAP ARNOLD BLVD, TOBYHANNA ARMY DEPOT, Pennsylvania, 18466-5107, United States
 
ZIP Code
18466-5107
 
Solicitation Number
W25G1V16R0023
 
Archive Date
6/21/2016
 
Point of Contact
Maureen Myrthel, Phone: 5706159535
 
E-Mail Address
Maureen.Myrthel.civ@mail.mil
(Maureen.Myrthel.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 0002 Statement of Work (SOW) Attachment 0001 FAR, DFARS and Local clauses Combined Synopsis/Solicitation W25G1V-16-R-0023 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; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88. Request for Proposal (RFP) W25G1V-16-R-0023 applies. This acquisition is being conducted in accordance with FAR Part 12, Acquisition of Commercial Items, FAR Subpart 13.5 Simplified Acquisition Procedures for Certain Commercial Items and FAR 15, Contracting by Negotiation as applicable. This acquisition is being conducted as Unrestricted under NAICS code 334614 - Software and Other Prerecorded Compact Disc, Tape and Recording Reproduction, employee size standard 1,250. Tobyhanna Army Depot (TYAD), Tobyhanna, PA, has a requirement to procure the design, supply, delivery, installation, implementation and training for a Brand Name or Equal to: Predator Software Solution with Predator Manufacturing Data Collection (MDC) Enterprise and Predator Production Data Management (PDM) Enterprise software, version 9. The Contractor shall supply all software, equipment, delivery and labor for the design, supply, delivery, installation, set-up and training for the DNC System using a Commercial-Off-The-Shelf (COTS) application in accordance with the Statement of Work (SOW) at attachment 0002 to this solicitation. Brand Name or Equal in accordance with 52.211-6 Any resultant contract shall be Firm, Fixed-Price, one award. Delivery is FOB Destination, Tobyhanna Army Depot. Tobyhanna, PA 18466. PROPOSAL SUBMISSION: The pricing shall be filled out as follows: CLIN 0001: Design, supply, delivery, installation, implementation and training for Quantity 1 Each Predator Distributed Numerical Control (DNC) System, or equivalent in accordance with the SOW $ ___________ DNC System installation and setup shall start within 60 days of contract award. Contractor shall coordinate with Government Technical Representative for approval of installation start date. The Government reserves the right to postpone the installation start date The Contractor shall have 120 days from installation start date to complete delivery, installation, setup and training for DNC System. TECHNICAL/PAST PERFORMANCE REQUIREMENTS TECHNICAL: Offeror's technical proposal should clearly reflect how the offeror proposes to comply with the performance required and identified in the Statement of Work. To be found technically acceptable Offeror must propose the brand name Predator DNC System or equivalent. Offeror must be proposing the requested brand name or equal equipment that will meet the minimum performance and delivery requirements outlined in the Statement of Work (SOW). 1. Offerors must submit a technical proposal reflecting the Technical Factors and Sub-Factors as listed in clause 52.212-2 Evaluation of Commercial Items. 2. Offerors Must show evidence of a current (meaning not expired) approved Certificate of Networthiness (CoN) or evidence that an application has been submitted for renewal with proposal submitted. PAST PERFORMANCE: Past Performance must receive an acceptable rating to be considered for award. Offerors must submit three (3) examples of past performance. The examples shall have been performed within the past three (3) years. Past performance examples will be evaluated for relevance and quality. Each example of past performance shall have the following information: Contract or Sales Number, Date of Sale, Services provided, and Customer/Agency name and contact information. BASIS OF AWARD Award evaluation and basis for award will be performed in accordance with FAR 52.212-2, Evaluation-Commercial Items and will be based on the Lowest Price Technically Acceptable (LPTA) offer with Acceptable Past Performance. SEE FAR CLAUSE 52.212-2 EVALUATION OF COMMERICAL ITEMS, FOR EVALUATION FACTORS AND BASIS FOR AWARD. PROPOSAL REQUIREMENTS: To receive an award, the company must have a current and active registration in the System for Award Management (SAM) at https://www.sam.gov and not show any delinquent federal debt. Parties interested in responding to RFP shall complete a Standard Form (SF) 1449 (available at http://www.gsa.gov/portal/forms/download/115922 ), blocks 5, 12, 17a, 17b, 19 thru 24,30a, and 30b; AND 30c. completed. The offer must be signed by a company official authorized to contractually bind the company. Proposals shall include the completed full text provision FAR 52.209-5 Certification Regarding Responsibility Matters and FAR 52.212-3 ALT 1 (Offeror Representations and Certifications-Commercial Items), completely filled out. Full text clauses (FAR and DFARS) may be found at http://farsite.hill.af.mil. Any amendments issued to this solicitation will be synopsized in the same manner as this solicitation. All Offerors are advised to acknowledge all amendments issued to the solicitation with their proposal by signing and including one copy of the amendment with their proposal. Offerors are advised to submit any questions regarding this combined synopsis/solicitation in writing no later than (5 days prior to closing) June 01, 2016, 4:30 PM EST, to the contract specialist via email Maureen.Myrthel.civ@mail.mil. PROPOSAL SUBMISSION REQUIREMENTS A.Signed 1449 as noted above with pricing B. Completely filled out full text clauses in attachment 1 C. Contractor Technical Proposal D. Three (3) Past Performance References as noted in FAR 52.212-2, Evaluation-Commercial Items E. All Signed Amendments noted above Submit Proposal and supporting documentation referencing Combined Synopsis/Solicitation W25G1V-16-R-0023 by email to: Maureen.Myrthel.civ@mail.mil no later than the date specified for receipt of offers, June 06, 2016 at 4:30 P.M. EST Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers which is 4:30 PM local August 06, 2016. APPLICABLE Federal Acquisition Regulation (FAR), Defense Federal Acquisition Supplement (DFARS) AND LOCAL CLAUSES: See Attachment one (1) for all Applicable FAR, DFARS Clauses, and LOCAL CLAUSES Applicable to this combined synopsis/solicitation and any resultant award. DISCUSSIONS The Government intends to award a contract without discussions. Offerors should provide their best, complete proposal upon initial submission. The Government reserves the right to hold discussions if deemed necessary by the Contracting Officer. 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. FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below: 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (1)(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. Award will be based on the Lowest Price Technically Acceptable having Acceptable Past Performance. The following factors shall be used to evaluate offers: (1) Technical. Offeror's technical proposal should clearly reflect how the offeror proposes to comply with the performance required and identified in the Statement of Work. To be found technically acceptable Offeror must propose the brand name Predator DNC System or equivalent. Offeror must be proposing the requested brand name or equal equipment that will meet the minimum performance and delivery requirements outlined in the Statement of Work (SOW). Offeror's technical approach, including any supporting documentation, is to be clear and concise and should clearly reference the Scope, Requirements and Functional Task Requirements identified in the Statement of Work. This evaluation will result in a determination of technical acceptability or unacceptability. Exceeding the technical requirements will not result in a more favorable evaluation since the overall technical evaluation will be Acceptable/Unacceptable. Offeror's technical proposal including any supporting documentation shall be clear and concise. Technical proposals should not just be a parroting of the requirement. Offerors shall use descriptive and explanatory elements in addressing all elements. A single statement of Offeror compliance will not be accepted in lieu of an explanatory description and shall disqualify the Offeror from contract award consideration. Proposals that do not address all elements in the noted Sections individually may not be reviewed and may not be given contract award consideration. Include specification and data sheets for proposed DNC System and enclosures. Technical factors will include the following sub-factors: A. Capability of meeting the required minimum specifications of the SOW B. Evidence of a current approved (not expired) Certificate of Networthiness (CoN) or evidence that an application has been submitted for renewal at time of Proposal Submission. C. Capability of meeting the SOW Delivery and Installation requirements. D. Capability of meeting the SOW Warranty and Support Requirement. E. Ability to meet the SOW training requirements. G. Offeror must provide a statement in the technical proposal submitted that Offeror has read, understands and will fully comply with all the requirements in the SOW. (2) Price. Offerors are advised to provide the most competitive pricing they can with the initial proposal submission. (3) Delivery Timeframe. Offerors are advised to provide the best delivery timeframe they can with the initial proposal submission. At a minimum offerors shall meet delivery timeframes required in accordance with the SOW. Delivery timeframe will be evaluated as Acceptable/Unacceptable. (4) Past Performance. Past Performance must receive an acceptable rating to be considered for award. Offerors must submit three (3) examples of past performance. The examples shall have been performed within the past three (3) years. Past performance examples will be evaluated for relevance and quality. (a)Relevance is defined as fulfilling the same or similar requirement for the same or similar services under the same or similar circumstances. (b)Quality is evaluated as overall customer satisfaction, including but not limited to: performance of the services/supplies provided; timeliness of delivery; willingness to negotiate and accommodate changes; cost control; processing of warranty claims, performance of maintenance agreements; availability of general customer support (c)Three (3) examples of past performance shall be included in the offeror's proposal. Each example shall have the following information: •Contract or Sales Number •Date of Sale •Services provided •Customer/Agency name •Customer Point of Contract (POC) and position within the Company/agency •Customer POC telephone Number (d)Should the offeror provide more than three (3) examples of past performance, the Government is not obligated to contact more than the first three. Offerors should confirm that the POC telephone numbers are accurate and in service; failure to provide valid telephone numbers does not obligate the Government to further pursue those examples of past performance. (e)In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. (f)Nothing in this solicitation prohibits the Government from obtaining and considering past performance from any source available. (g)Negative information obtained using past performance evaluations will be provided to the offeror to be addressed unless such negative information or circumstances have already been addressed by the offeror. (b) Award will be made to lowest price technically acceptable having acceptable past performance. To receive consideration for award, the Government will make an award to the responsible offeror on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors and whose offer conforms to all of the terms and conditions set forth in this solicitation. Offerors must be found responsible IAW FAR 9.1. Offerors are advised to provide the most competitive pricing they can with the initial proposal submission as it is anticipated that award may be made without discussions with offerors. (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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b2b364795721a8d4ab24e7284b2b0cab)
 
Place of Performance
Address: Tobyhanna Army Depot, Tobyhanna, Pennsylvania, 18466, United States
Zip Code: 18466
 
Record
SN04124252-W 20160522/160520234411-b2b364795721a8d4ab24e7284b2b0cab (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.