Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 11, 2017 FBO #5559
SOLICITATION NOTICE

D -- : Enterprise Capacity Manager (EMC) Annual Software Upgrade, Maintenance and Technical - Package #1

Notice Date
2/9/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
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
F2VVJ6333AW01
 
Archive Date
4/20/2017
 
Point of Contact
Willie A. Anderson, Phone: 8138284185, Russell T Beasley, Phone: 813-828-4729
 
E-Mail Address
willie.anderson@us.af.mil, russell.beasley.2@us.af.mil
(willie.anderson@us.af.mil, russell.beasley.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment - 2 Requirement CLIN Structure This is a 100% Small Business Set-Aside combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 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. This is a Request for Quote (RFQ) and the solicitation number is F2VV66333AW01. The 6th Contracting Squadron (6 CONS), MacDill AFB, Florida contemplates the award of a single Firm-Fixed-Price (FFP) contract for ECM Annual Software Upgrade, Maintenance and Technical Support for United States Central Command (USCENTCOM). 1. DESCRIPTION OF REQUIREMENT: The contractor shall furnish all labor, tools, equipment, technical data/manuals, materials, supplies and services necessary to perform ECM Annual Software Upgrade, Maintenance and Technical Support. The North American Industry Classification System Code (NAICS) is 511210, Operating System Software, Computer, Packaged, Maintenance and Support. Solicitation/ Contract Information Contacts: Willie Anderson, Demetrius Brooks, Adam Stern and Russell Beasley E-mail: willie.anderson@us.af.mil, demetmrius.brooks@us.af.mil, adam.stern@us.af.mil and russell.beasley.2@us.af.mil. Please submit offers by: 1:00 PM EST, 3 March 2017, by e-mail. 2. BASIS FOR AWARD: This procurement will be evaluated as Lowest Priced, Technically Acceptable (LPTA). 3. DELIVERY ADDRESS: This services are being procured on behalf of United States Central Command (USCENTCOM), HQ USCENTCOM, MacDill AFB, FL 33621. 4. PROVISIONS/CLAUSES: The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-95 effective 19 January 2017, DFAR DPN 20161222, and AFFAR AFAC 2016-0603. Provisions and clauses may be obtained via the internet through the following websites: http://farsite.hill.af.mil. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference: - FAR 52.203-3, Gratuities - FAR 52.203-17, Contactor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights - FAR 52.204-4, Printed or Copied / double-Sided on Postconsumer Fiber Content Paper - FAR 52.204-7, System for Award Management - FAR 52.204-13, System for Award Management Maintenance - FAR 52.209-7, Information Regarding Responsibility Matters - FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters - FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law - FAR 52.212-1, Instruction to Offerors--Commercial Items - FAR 52.212-3, Offeror Representation and Certifications--Commercial Items - FAR 52.212-4, Contract Terms and Conditions--Commercial Items - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items - FAR 52.219-1, Small Business Program Representations; Use in solicitations exceeding the micro-purchase threshold when the contract will be performed in the United States or its outlying areas - FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications Within FAR 52.212-5, the following clauses apply: - FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I - FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards - FAR 52.209-6, Protecting the Government's Interest - FAR 52.219-6, Alt 1, Notice of Total Small Business Set-Aside - FAR 52.219-8, Utilization of Small Business Concerns - FAR 52.219-14, Limitations on Subcontracting - FAR 52.219-8, Post - Award Small Business Program Representation - 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 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans - FAR 52.222-36, Affirmative Action for Workers with Disabilities - FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans - FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act - FAR 52.222-42, Statement of Equivalent rates for Federal Hires - FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) - FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving - FAR 52.225-3, Alternate I (Mar 2012), Buy American Act--Free Trade Agreements - FAR 52.225-13, Restrictions on Certain Foreign Purchases - FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management - FAR 52.216-19, Order Limitations - FAR 52.216-22, Indefinite Quantity - FAR 52.217-5, Evaluation of Options - FAR 52.217-9, Option to Extend the Term of the Contract - FAR 52.232-18, Availability of Funds - FAR 52.232-39, Unenforceability of Unauthorized Ob ligations - FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors - FAR 52.243-1, Alt1, Changes-Fixed Price - FAR 52.247-34, F.O.B. Destination - FAR 52.252-1, Solicitation Provisions Incorporated by Reference - FAR 52.252-2, Clauses Incorporated by Reference. The following FAR clause apply to this solicitation and is incorporated in full text: FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause) The following Defense Federal Acquisition Regulation (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference: - DFARS 252.204-7003, Control of Government Personnel Work Product - DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information - DFARS 252.216-7006, Ordering - DFARS 252.223-7008, Prohibition of Hexavalent Chromium - DFARS 252.232-7010, Levies on Contract Payments - DFARS 252.243-7001, Pricing of Contract Modifications - DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials - DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials - DFARS 252.225-7001, Buy American Act and Balance of Payment Program - DFARS 252.232-7003, Electronic Submission of Payment Requests - DFARS 252.247-7023, Transportation of Supplies by Sea The following Defense Federal Acquisition Regulation Supplement (DFARS) clause applies and is incorporated in full texts: DFARS 252.211-7003, Item Identification and Valuation DFARS 252.232-7006, Wide Area Workflow Payment Instructions The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: TERMS AND CONDITIONS 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 or protests or formal contract disputes. The ombudsman may refer the 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, interested parties may contact the Center/MAJCOM ombudsman Mr. Gregory ONeal, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, phone number (618) 229-0267, fax(618) 256-668, email: gregory.oneal@us.af.mil.. Concerns, issues, disagreement, and recommendations that cannot be resolved at the Center/ MAJCOM/ DRU/HQ AFICA/AFISRA/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. 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012) (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) AFFARS 5352.242-9000 Contractor Access to Air Force Installations (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. Project number, Project Name and site supervisor name. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirement to comply with AFI 31-101, Integrated Defense and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) F-700. FEDERAL LEGAL HOLIDAYS The following Federal legal holidays are observed by this base: New Year's Day 1 January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day Fourth Thursday of November Christmas Day 25 December NOTE: Any of the above holidays falling on Saturday will be observed on the preceding Friday; holidays falling on Sunday will be observed on the following Monday. 5. Instruction to Offerors: All offers 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 https://www.sam.gov/portal/public/SAM/. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Monday, 3 March 2017, by 1:00 P.M. EST. Any questions or Requests for Information (RFI) shall be submitted NLT 21 February 2017, by 11:00 A.M. EST. Submit offers or questions/RFIs to the attention of Willie Anderson, 6CONS/LGCB, at willie.anderson@us.af.mil. Government Point of Contact: Willie Anderson, USAF Contract Specialist willie.anderson@us.af.mil or 813-828-4185 Government Alternate Point of Contact: Demetrius Brooks demetmrius.brooks@us.af.mil or 813-828-1670 Government Alternate Point of Contact: Adam Stern adam.stern@us.af.mil or 813-828-7792 Government Alternate Point of Contact: Russell Beasley, USAF Contracting Officer russell.beasley.2@us.af.mil or 813-828-4729 Attachments: 1. CLIN Structure 2. Requirement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VVJ6333AW01/listing.html)
 
Place of Performance
Address: HQ CENTCOM CCJ6, 8410 Marina Bay Drive, PSF BLDG 47, Tampa, Florida, 33621-5512, United States
Zip Code: 33621-5512
 
Record
SN04397067-W 20170211/170209234313-4597d4140f84d4a74c5b72fedb3a33ef (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.