Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2017 FBO #5608
MODIFICATION

D -- Logical Access Control System (LACS) Integration - Amendment 1

Notice Date
3/30/2017
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
National Archives and Records Administration, NAA, Acquisitions Division, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001, United States
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-17-R-0003
 
Archive Date
4/29/2017
 
Point of Contact
Scott Cox (Contractor), Phone: 301-837-3160, James R. Philiposian, Phone: 3018371805
 
E-Mail Address
scott.cox@nara.gov, james.philiposian@nara.gov
(scott.cox@nara.gov, james.philiposian@nara.gov)
 
Small Business Set-Aside
N/A
 
Description
Amendment 001 - Proposal due date extended to April 14, 2017. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 NAMA-17-R-0003 and is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective January 13, 2017. This is an Unrestricted full and open RFP under NAICS code 541519, Other Computer Related Services. CONTRACT LINE ITEM NUMBER (CLIN)s: See Attachment 1, Schedule of Prices. REQUIREMENT: The purpose of this acquisition is for a single award Indefinite Delivery Indefinite Quantity (ID/IQ) contract for integration and configuration of a Federal Identity, Credential, and Access Management (FICAM) and HSPD-12 compliant single sign-on (SSO) access control infrastructure for logical and physical access see Attachment 2, Performance Work Statement. PERIOD OF PERFORMANCE: The period of performance will consist of a base year and four (4) option years. The following Federal Acquisition Regulation (FAR) clauses are incorporated and are to remain in full force in any resultant contract, with the exception of FAR provisions, which will be removed prior to award: FAR provision 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017). Addenda: (1) Change paragraph (c) to read: Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (2) Delete paragraph (h), Multiple Awards. - see below for additional proposal submission instructions. EVALUATION (In lieu of FAR provision 52.212-2): Evaluation and award will be in accordance with FAR Subpart 15.3, Source Selection. The Government reserves the right to award on the initial proposal without discussions. The contracting officer may limit the number of proposals in the competitive range, if established, to the greatest number that will permit an efficient competition among the most highly rated proposals. See Attachment 8, Proposal Submission Instructions and Attachment 9, Evaluation Factors for Award. Contractors must submit their pricing in accordance with RFP Attachment 1, Schedule of Prices. FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items (Jan 2017) - The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017) -- see Attachment 5, Additional NARA Terms and Conditions (Addenda to FAR clause 52.212-4). FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2017) - see Attachment 6, FAR Clauses for the full text of this clause and for additional applicable FAR clauses. Full text provisions and clauses can be found at http://www.acquisition.gov. QUESTIONS: Questions regarding this RFP must be submitted in writing to the Contract Specialist, Mr. Scott Cox (Contractor) at scott.cox@nara.gov no later than 2:00 PM ET on March 29, 2017 to be considered. Questions submitted in any other manner will not be answered. Contractors are requested to group and submit questions in the same order found in the RFQ while making reference to the particular paragraph number. The Government will answer questions or requests for clarification via a written RFP amendment. PROPOSAL DUE DATE: Proposals must be received by 3:30 PM ET on April 14, 2017. Failure to submit proposals, in accordance with Attachment 8, Proposal Submission Instructions by the due date and time may result in rejection of the proposal as untimely. PROPOSAL SUBMISSION INSTRUCTIONS: See Attachment 8, Proposal Submission Instructions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-17-R-0003/listing.html)
 
Place of Performance
Address: National Archives and Records Administration, Archives II - 8601 Adelphi Road, College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN04453657-W 20170401/170330235127-6d4e48c3c009e5ded63a9cd483521152 (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.