SOLICITATION NOTICE
99 -- HAZMAT Tracking IT Solution - Full Solicitation w/ Clauses
- Notice Date
- 2/9/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
- ZIP Code
- 28310
- Solicitation Number
- H92239-17-P-0010
- Archive Date
- 3/11/2017
- Point of Contact
- Katrina B. Grimes, Phone: 9104326323
- E-Mail Address
-
katrina.grimes@socom.mil
(katrina.grimes@socom.mil)
- Small Business Set-Aside
- N/A
- Description
- HAZMAT RFQ Document The US Army Special Operations Command (USASOC), as part of the USASOC G-4 has a requirement for: HAZMAT Tracking IT Solution. This is a commercial purchase using Federal Acquisition Regulation (FAR) Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This combined synopsis/solicitation incorporates provisions and clauses in accordance with Federal Acquisition Circular (FAC) FAC 2005-95, effective 19 January 2017. North American Industrial Classification Code (NAICS) 511210 applies to this procurement, and the business size standard is $38,500,000. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The US Army Special Operations Command (USASOC) has a Brand Name or Equal requirement for the certain manufacturer (LabelMaster). CLINS 0001-4001 descriptions will have a manufacturer name brand. These Items called for by this request for quotation have been identified by a "brand name or equal" (BNOE) description. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Quotations offering "equal" products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, drawings, or other information) necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. Offerors not providing technical information shall be excluded from competition. REQUIREMENT and ITEM SPECIFICATIONS: The US Army Special Operations Command (USASOC) and the USASOC G-4 require the following: Commercial off the Shelf (COTS) concurrent license with an automated set of tools that will efficiently and effectively assist in the research, identification, labeling, marking, certifying, and archiving dangerous goods shipments. QUANTITY of Four (4) Each per year. This requirement is for a base of 12 months and four (4), 12-month optional years. CLIN 0001 (base year): HAZMAT IT concurrent license (web-based) Solution (Brand Name or Equal to LabelMaster) - 4 each. In accordance with the Statement of Requirements (SOR). CLIN 1001 (1st Optional year): HAZMAT IT concurrent license (web-based) Solution (Brand Name or Equal to LabelMaster) - 4 each. In accordance with the Statement of Requirements (SOR). CLIN 2001 (2nd Optional year): HAZMAT IT concurrent license (web-based) Solution (Brand Name or Equal to LabelMaster) - 4 each. In accordance with the Statement of Requirements (SOR). CLIN 3001 (3rd Optional year): HAZMAT IT concurrent license (web-based) Solution (Brand Name or Equal to LabelMaster) - 4 each. In accordance with the Statement of Requirements (SOR). CLIN 4001 (4th Optional year): HAZMAT IT concurrent license (web-based) Solution (Brand Name or Equal to LabelMaster) - 4 each. In accordance with the Statement of Requirements (SOR). HAZMAT IT Solution Statement of Requirements 1. The contractor's web-based solution shall have the ability to access the following hazardous material publications online via web-based access: a. CFR49 (Code of Federal Regulations) - Governs hazardous material transported by all modes in the US. b. IMDG (International Maritime Dangerous Goods Code) - Governs hazardous material transported by vessel in international waters. c. IATA DGR (International Air Transport Association Dangerous Goods Regulations) - Governs hazardous material transported by air in international air space. d. AFMAN 24-204 (Air Force Manual 24-204 Preparing Hazardous Materials for Military Air Shipments) - Governs hazardous material transported by military air. e. ADR (European Agreement concerning the International Carriage of Dangerous Goods by Road) - Governs hazardous material transported by road in Europe. 2. The contractor's web-based solution shall be compliant with FedEx and UPS carrier variations that require approved vendor software applications. 3. The contractor's web-based solution shall provide access to automated shipping papers that populate hazardous material fields based on selection and quantities of dangerous goods. 4. The contractor's web-based solution shall have the capability to conduct compliance checks with appropriate regulations. 5. The contractor's web-based solution shall provide graphic illustration of package labeling and marking for specific hazard. 6. The contractor's web-based solution shall provide concurrent license capability, multiple user accounts under one master account. Only one user on line at a time. 7. The contractor's web-based solution shall provide a Master Account that must be able to track user's shipments and provide a training portfolio of all users. 8. The contractor's web-based solution shall have the ability to manage user access. 9. The contractor's web-based solution shall have the ability to archive equipment and/or dangerous goods for future shipping. 10. The contractor's web-based solution shall have the ability to archive shipping papers for historical records. 11. The contractor's web-based solution shall have the ability to create templates for quick retrieval and share amongst fellow HMCs within User Groups. CLIN 0002: Delivery. Delivery shall be priced separately in this CLIN with FOB Destination to Fort Bragg, NC, if required. If shipping is proposed, it may be priced per item under individual CLINS, but the total shipping cost shall be provided under this CLIN also. DELIVERY: Desired delivery date is 10 Days ARO to Fort Bragg NC 28310. Partial shipments are authorized - specified at time of order.. VENDOR QUESTIONS AND SOLICITATION ERRORS: Vendors are encouraged to contact the Government for clarification if there are, or appear to be, errors, omissions, or inaccuracies in the request for quote. Questions should be submitted in writing to the point of contact identified below: Government POC: CPT Katrina Grimes, katrina.grimes@socom.mil Please ensure the following information is included with your quote: *Contract Number *Cage Code/DUNS Number *Contact Information *Payment/Discount Terms *Delivery times and charges *FOB Point *Any other remarks as necessary. RESPONSES/QUOTES ARE DUE NO LATER THAN 1:00 PM EST, Wednesday, 24 February 2017. Questions must be submitted NLT 4:00 PM EST, 16 February 2017. Please submit responses directly to CPT Katrina Grimes, katrina.grimes@socom.mil and CC Scott Phelps at conway-phelps@socom.mil. VENDOR'S INFORMATION OFFEROR'S NAME: OFFEROR'S ADDRESS: OFFEROR'S PHONE #: OFFEROR'S EMAIL: OFFEROR'S DUNS #: OFFEROR'S CAGE #: SIGNATURE: ______________________________ DATE SIGNED: ______________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-17-P-0010/listing.html)
- Place of Performance
- Address: Fort Bragg, North Carolina, 28310, United States
- Zip Code: 28310
- Zip Code: 28310
- Record
- SN04397857-W 20170211/170209234929-1958cb3c762796d7e1af9573f5cf9ae8 (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 |