Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2016 FBO #5375
SOLICITATION NOTICE

99 -- Object Store Deployment Licenses

Notice Date
8/9/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
FA481416TF035
 
Archive Date
9/2/2016
 
Point of Contact
Yvette D. Prioleau, Phone: 8138286328, Russell T Beasley, Phone: 813-828-4729
 
E-Mail Address
yvette.prioleau@us.af.mil, russell.beasley-02@macdill.af.mil
(yvette.prioleau@us.af.mil, russell.beasley-02@macdill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial service 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. This is a Request for Quote (RFQ) and the solicitation number is FA481416TF035. This acquisition is UNRESTRICTED. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Object Store (OS) deployment licenses. DESCRIPTION OF REQUIREMENT - BRAND NAME OR EQUAL CLIN 0001 OS Single Concurrent User Deployment License - Single Production License 2 Each OS License No. 2015001 &2015002 Any or equal items will be sent to the technical representative for evaluation. If providing "or equal" product, you must describe how your item meets or exceeds the brand name product. Failure to do so will result in non-responsive quote. Compliance with DFARS 252.209-7991, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law is required. All offerors are required to furnish a completed copy of the attached DFARS 252.209-7991 with your quote. Any offeror who does not provide this certification will not be considered for award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 effective 14 July 2016, DFARS DPN 20160802 and AFFARS AFAC 2016-0603. The North American Industry Classification System code (NAICS) is 541511, Custom Computer Programming Services. A Firm Fixed Price contract will be awarded. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. DELIVERY ADDRESS: The OS software licenses are to be procured on behalf of United States Central Command (USCENTCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.212-1, Instruction to Offerors-Commercial Items FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items FAR 52.212-4, Contract Terms and Conditions--Commercial Items FAR 52.219-1, Small Business Program Representations FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.246-16, Responsibility for Supplies FAR 52.247-34, F.O.B. Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Program Rerepresentation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Equal Opportunity for Workers With Disabilities FAR 52.222-41, Service Contract Labor Standards FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control Of Government Personnel Work Product DFARS 252-204-7004 (Alt A), System for Award Management DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.225-7001, Buy American Act and Balance of Payment Program DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001 Pricing Of Contract Modifications DFARS 252.247-7023, Transportation of Supplies by Sea The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply and are incorporated in full texts: AFFARS 5352.201-9101 Ombudsman (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 Gregory Oneal, AFICA/KM, 507 Symington Drive, Scott AFB, IL 62225-5022, phone: (618) 229-0267, fax (618) 256-6668. Email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/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) AFFARS 5352.223-9001 Health and Safety on Government Installations (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. DEADLINE: Offers are due on 18 Aug 2016 by 10:00 AM EST. Submit offers or any questions to the attention of Yvette Prioleau, by email to yvette.prioleau@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/FA481416TF035/listing.html)
 
Place of Performance
Address: Unites States Central Command (USCENTCOM), Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN04215576-W 20160811/160809235341-5fc26ebc69c08598c311bd5ad99e1c56 (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.