Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2016 FBO #5411
SOLICITATION NOTICE

70 -- EMC Hardware & Software Maintenance - Package #1

Notice Date
9/14/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-16-R-1EMC
 
Archive Date
10/3/2016
 
Point of Contact
Jeffrey J Kilgard, Phone: 3097827967, Angela Quinn, Phone: 3097822477
 
E-Mail Address
jeffrey.j.kilgard.civ@mail.mil, angela.g.quinn.civ@mail.mil
(jeffrey.j.kilgard.civ@mail.mil, angela.g.quinn.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 0002 - Clause Addendum Attachment 0001 - Pricing Matrix 1. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a proposal is being requested and a separate written solicitation will not be issued. 2. The Government intends to award a one year base contract, in accordance with FAR 13.5, Simplified Procedures for Certain Commercial Items. 3. The US Army Contracting Command, Rock Island (ACC-RI) hereby issues solicitation number W52P1J-16-R-1EMC as a Request for Proposal. This requirement is for continuing maintenance of EMC hardware and software. See the pricing matrix, Attachments 0001. Request is for a Period of Performance of one year beginning on 1 July 2016 and ending on 30 June 2016. 4. This RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-84. 5. The NAICS code is 541511 which has a small business size standard of $27,500,000. The prospective offeror is actively registered in the System for Award Management (SAM) at www.sam.gov. 6. QUOTE REQUIREMENTS. The offeror shall submit their proposal directly, via email, to Mr. Jeff Kilgard at jeffrey.j.kilgard.civ@mail.mil and Ms. Angie Quinn at angela.g.quinn.civ@mail.mil. 7. DELIVERY TERMS. Delivery terms are FOB Destination. 8. THE FOLLOWING PROVISIONS AND CLAUSES APPLY TO THIS ACQUISITION: The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation - Commercial Items, is not applicable to this acquisition. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional clauses are cited in this clause: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.239-1 Privacy or Security Safeguards The following Defense Federal Acquisition Regulation Supplement (DFARS) Commercial Clauses apply to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7003 Agency Office of the Inspector General 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act 252.227-7015 Technical Data-Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 525.247-7023 Transportation of Supplies by Sea 252.232-7006 Wide Area WorkFlow Payment Instructions (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). ___2-in-1_____________________________________________________ Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ___W91M1Y____________________________________________________ (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 HQ0490 Issue By DoDAAC W52P1J Admin DoDAAC W52P1J Inspect By DoDAAC W91M1Y Ship To Code W5K9FR / W26W9D Ship From Code Not applicable Mark For Code Not applicable DCAA Auditor DoDAAC Not applicable (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. _jeffrey.j.kilgard.civ@mail.mil__________________________________________ _angela.g.quinn.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. _ sydney.r.shrake.civ@mail.mil_________________________________________ (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 9. ADDITIONAL TERMS AND CONDITIONS. Additional terms and conditions are included as an Addendum 52.212-4 in Attachment 0002, Clause Addendum. 10. FUNDS ARE PRESENTLY EXPECTED TO AVAILABLE FOR THIS ACQUISITION. IN ACCORDANCE WITH AFARS 5101.602-2; HOWEVER, NO CONTRACT AWARD WILL BE MADE UNTIL APPROPRIATE FUNDS ARE MADE AVAILABLE. 11. The closing date and time for receipt of quotes is as follows: Closing Date: 20 September 2016 Closing Time: 0800 hours Central Time 12. Offers shall be sent electronically to Army Contracting Command - Rock Island (ACC-RI) at the following email addresses: Mr. Jeff Kilgard Jeffrey.j.kilgard.civ@mail.mil Ms. Angie Quinn Angela.g.quinn.civ@mail.mil 13. It is requested that all questions/comments regarding this solicitation be submitted in writing. Questions should be directed to Mr. Jeff Kilgard, Contract Specialist, via email at Jeffrey.j.kilgard.civ@mail.mil, and to Ms. Angie Quinn, Contracting Officer, at angela.g.quinn.civ@mail.mil.. 14. List of Attachments: Attachment 0001 - Pricing Matrix Attachment 0002 - Clause Addendum
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a8ee1da2065f0194f72af437974e3966)
 
Place of Performance
Address: Multiple Locations, United States
 
Record
SN04272166-W 20160916/160914235828-a8ee1da2065f0194f72af437974e3966 (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.