SOLICITATION NOTICE
70 -- Immersive Terf Hosting Servers and Maintenance
- Notice Date
- 11/21/2016
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Bldg 1109 Suite 373, Fort Knox, KY 40121
- ZIP Code
- 40121
- Solicitation Number
- W9124D-17-Q-5117
- Response Due
- 12/21/2016
- Archive Date
- 6/19/2017
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- N/A
- Description
- 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.The solicitation number is W9124D-17-Q-5117 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $38.50M.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-12-21 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Knox, KY 40122 The MICC Fort Knox requires the following items, Brand Name or Equal, to the following: LI 001: IMMERSIVE TERF DEDICATED HOSTING SERVERS AND MAINTENANCE. PART NUMBER: TS-100D-13. PERIOD OF COVERAGE: 19 JANUARY 2017 THROUGH 18 JANUARY 2018., 4, EA; LI 002: IMMERSIVE TERF RENAMEABLE SEAT LICENSES, WITH THE ABILITY TO RENAME UP TO SIX TIMES. PART NUMBER: TC-RB3-13. PERIOD OF COVERAGE: 19 JANUARY 2017 THROUGH 18 JANUARY 2018., 750, EA; LI 003: VIRTUAL WORLD SPECIALIST TO PROVIDE 24/7 SUPPORT FOR THE IMMERSIVE TERF VIRTUAL WORLD. PERIOD OF PERFORMANCE: 19 JANUARY 2017 THROUGH 18 JANUARY 2018., 1400, EA; LI 004: MIGRATION FROM THE ARMY CAREER AND ALUMNI PROGRAM (ACAP) TO THE SOLDIER FOR LIFE TRANSITION ASSISTANCE PROGRAM (SFLTAP). MIGRATION SHALL BE COMPLETED WITHIN 7 DAYS OF AWARD., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Knox intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Knox is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The following FAR provisions are applicable by reference:52.204-7 System for Award Management; 52.204-16 Commercial and Government Entity Code Reporting; 52.212-1 Instructions to Offerors - Commercial Items; The following FAR provisions are applicable by Full text: 52.204-20 Predecessor of Offeror; 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Feb 2016); 52.212-3 Alt I Offeror Representations and Certifications-- Commercial Items Alternate I; 52.233-2 Service of Protest; 52.252-1 Solicitation Provisions Incorporated by Reference. *Reference and/ or Full Text of FAR & DFARS provisions and clauses may be accessed electronically at http:// farsite.hill.af.mil/. The following FAR clauses are applicable by reference: 52.202-1 Definitions; 52.203-3 Gratuities; 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; 52.204-4 Printed or Copied Double-sided on Postconsumer fiber Content Paper; 52.204-13 System for Award Management Maintenance; 52.204-18 Commercial and Government Entity Code Maintenance; 52.204-19 Incorporation by Reference of Representations and Certifications; 52.209-10 Prohibition on contracting with Inverted Domestic Corporations; 52.211-6 Brand Name or Equal; 52.211-17 Delivery of Excess Quantities; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.229-3 Federal, State And Local Taxes; 52.232-1 Payments; 52.232-8 Discounts For Prompt Payment; 52.232-39 Unenforceability of Unauthorized Obligations, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. The following FAR clauses are applicable by Full text: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.252-2 Clauses Incorporated by Reference. *Reference and/or Full Text of FAR & DFARS provisions and clauses may be accessed electronically at http:// farsite.hill.af.mil/. The following DFARS provisions are applicable by reference: 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System?Statistical Reporting in Past Performance Evaluations. *Reference and/or Full Text of FAR & DFARS provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/. The following DFARS clauses are applicable by reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control Of Government Personnel Work Product, 252.204-7004 Alt A System for Award Management Alternate A, 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism, 252.222-7007 Representation Regarding Combating Trafficking in Persons, 252.225-7012 Preference For Certain Domestic Commodities, 252.225-7048 Export-Controlled Items, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 Levies on Contract Payments, 252.243-7001 Pricing Of Contract Modifications, 252.244-7000 Subcontracts for Commercial Items, 252.247-7023 Transportation of Supplies by Sea. The following DFARS clauses are applicable by Full text: 252.211-7003 Item Identification & Valuation, 252.232-7006 Wide Area Workflow Payment Instructions, 252.243-7002 Requests for Equitable Adjustment. *Reference and/or Full Text of FAR & DFARS provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/. All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. CCR is now obsolete. Offerors shall ensure SAM registration is active and shall not assume that CCR information automatically migrated to the SAM system. See 52.204-99 Deviation included herein for information and instructions. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. FOB Destination CONUS (CONtinental U.S.) Bid MUST be good for 30 calendar days after submission No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM ) site at https://www.sam.gov/portal/public/SAM /within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL Award will be made in the aggregate to the lowest priced, responsive, responsible offeror. Failure to submit a price on all items will render the quote non-responsive. PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2017-O0001)(NOV 2016) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) Use of funds appropriated (or otherwise made available) by the Continuing Appropriations Act, 2017 (Pub. L. 114-223), or any other Act that extends to fiscal year 2017 funds the same prohibitions as contained in section 743, division E, title VII, of the Consolidated Appropriations Act, 2016 (Pub. L. 114-113) may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6e74045b254f8250af1941c555a654f5)
- Place of Performance
- Address: Fort Knox, KY 40122
- Zip Code: 40122-5101
- Zip Code: 40122-5101
- Record
- SN04333210-W 20161123/161121234153-6e74045b254f8250af1941c555a654f5 (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 |