SOLICITATION NOTICE
R -- SCANNER SOFTWARE MAINTENANCE - PWS
- Notice Date
- 3/7/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Memphis, Attn: CEMVM-CT, 167 North Main Street, Room B-202, Memphis, Tennessee, 38103-1894, United States
- ZIP Code
- 38103-1894
- Solicitation Number
- W912EQ-17-Q-0007
- Archive Date
- 3/28/2017
- Point of Contact
- Amy L. Starks, Phone: 9015440786
- E-Mail Address
-
amy.l.starks@usace.army.mil
(amy.l.starks@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination Software Scanner Maintenance Performance Work Statement This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in 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. The solicitation number is W912EQ-17-Q-0007 and is being issued as a Request for Quote (RFQ). The U.S. Army Corps of Engineers, Memphis District has a requirement to provide life cycle management and technical support to ensure software. This procurement is 100% Set-Aside for Small Business. The associated NAICS code is 541513 with small business with a size standard of $27.5 million. All responsible sources may submit a quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offeror's responsibility to ensure receipt of quotes by the time and date stated herein. Contractor shall submit a price to include all charges on a company letterhead form to the contracting office. SEE ATTACHED SCOPE OF WORK (SOW) CLIN 0001 Base Year - Scanner Software Sustainment CLIN 0002 Option Year One (1) - Scanner Software Sustainment CLIN 0003 Option Year Two (2) - Scanner Software Sustainment Deliveries: Quick turnaround is necessary in order for the Government to fulfill its mission. Therefore, the software to be serviced under this purchase order shall be managed and technical supported on site of our Logistical Activity Center, Supply and Maintenance Division (ULA-SM) location within two (2) weeks of contract award. 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 email to Amy Starks at amy.l.starks@usace.army.mil. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Contractors shall submit quote on company letterhead to include pricing for the requested scanner software sustainment, prompt payment terms, remittance address, Tax Identification Number, DUNS number, and Cage Code. Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items. FAR 52.212-2 Evaluation - Commercial Items: Blank space shall read: Price, Technical Capability and Past Performance. Basis of Award - The Government will award a contract, from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government based on price. Offeror's price quote will be evaluated to determine price reasonableness. Prices which are excessively high or low may be considered unrealistic and unreasonable may receive no further consideration. The award will be made to the contractor whose price is the lowest of all offers determined to be technically qualified of performing the required service in accordance with FAR Part 12 Acquisition of Commercial Items. Technically qualified is defined as meeting the minimum requirements in Past Performance, Technical and Price as listed below. No trade-offs are made. To receive consideration for an award, the offer must NOT receive an "unacceptable" rating for the non-price factors. The Government intends to make its award decision without discussions. Therefore, each offeror is encouraged to provide the Government with all of the information necessary to evaluate its proposal under the evaluation factors stated above. Offerors that fail to submit all the information necessary to evaluate their proposal with their initial proposal bear the risk that their proposal will be rejected without discussions. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Past Performance: a. To demonstrate satisfactory past performance the offeror shall submit two past performance questionnaires demonstrating performance of relevant work, to be completed and returned with solicitation. If offeror has no past performance of this nature, a neutral rating will be given per FAR 15.305(a)(2)(iv). PAST PERFORMANCE RATING ACCEPTABLE Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown UNACCEPTALBE Based on the offeror's performance record, the Government has no reasonable expectation that The Offeror will be able to successfully perform the required effort. 2. Technical Capability: a. Offeror shall provide written documentation of how their company will provide software sustainment support, troubleshooting, and repair for BITS scan and BITS Studio, and WinSCP as stated in the SOW Plan. b. Provide documentation that company has "licensing arrangements with Motorola that allows vendor to modify the scanning engines for speed and better reading of the bar codes that the USACE Logistics Activity (ULA) scans." (Narrative describing Sustainment Support procedure) TECHNICAL RATING ACCEPTABLE Offer clearly meets the minimum requirements of the solicitation UNACCEPTALBE Offer does not clearly meet the minimum requirements of the solicitation 3. Price: a. Offerors SHALL complete and submit the price schedule with their offer and include a total price for the line item. Failure to do so will result in the offer being rejected without further consideration. The Contracting Officer will evaluate each offer's price in accordance with FAR 15.404-1 to determine price reasonableness. In this context, reasonableness will be determined by comparing offered prices to one another, to the Government estimate and to pricing for previous work of a similar nature. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (Paragraph 2) A review of past performance will be conducted on this requirement. The quality and delivery classifications identified for a supplier in the Past Performance Information Retrieval System‐‐Statistical Reporting (PPIRS‐SR) application (http://www.ppirs.gov/) will be used by the contracting officer to evaluate a supplier's past performance. In the case of a supplier without a record of relevant past performance history in PPIRS‐SR for the FSC or PSC of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history. The Government reserves the right to award to the supplier whose quotation or offer represents the best value to the Government. *Wage Determination Number: 2015-2495 - Revision No. 6: dated 12/30/2016 is applicable to this solicitation. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.204-7 System for Award Management FAR 52.204-10 Reporting Executing Compensation and First-Tier Subcontract Awards FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.207-4 Economic Purchase Quantity - Supplies FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation - Commercial Items FAR 52.212-3 Offeror Representation and Certifications--Commercial Items (See Attachment) FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items FAR 52.217-8 Option to Extend Service FAR 52.225-18 Place of Manufacture FAR 52.223-5 Pollution Prevention and Right-to-Know Information FAR 52.223-15 Energy Efficiency in Energy Consuming Products FAR 52.228-5 Insurance-Work on Government Installation FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-2 Service of Protest FAR 52-237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.246-1 Contractor Inspection Requirements FAR 52.252-2 Clauses to Incorporate by Reference The following are applicable from 52.212-5: FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-13 Notice of Set-Aside of Orders FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor 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 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 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 (SAM) The following DFARS Clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil 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 System for Award Management, Alternate A DFARS 252.204-7007 Alternate A, Annual Representations and Certifications DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dev. 2016-O0001) DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dev 2016-O0001) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003 Identification and Valuation DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations. DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests 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 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by Monday, March 13, 2017 no later than 10:00 AM (CST) at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-17-Q-0007 addressed to Amy Starks, Phone (901) 544-0786, Fax (901) 544-3710, email: amy.l.starks@usace.army.mil. Vendors not registered in System for Award Management Registration (SAM) database prior to award will not be eligible for award. Vendors may register for SAM by registering online at www.sam.gov or by calling 1-866-606-8220.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-17-Q-0007/listing.html)
- Place of Performance
- Address: USACE Logistics Activity located at 5955 Attu Extended, Covington Building (C-1), Millington, Tennessee, 38054, United States
- Zip Code: 38054
- Zip Code: 38054
- Record
- SN04427014-W 20170309/170307235828-c11d80d837e90eb74f11be9d275a2617 (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 |