MODIFICATION
U -- INSTALL & CONFIGURE MICROSOFT WINDOWS 10 TRAINING
- Notice Date
- 4/27/2017
- Notice Type
- Modification/Amendment
- Contracting Office
- 199 6th AVE, Fort Knox, KY 40121
- ZIP Code
- 40121
- Solicitation Number
- 0010980540
- Response Due
- 4/27/2017
- Archive Date
- 10/24/2017
- 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
- Total Small Business
- Description
- AMENDMENT NOTICE: 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 0010980540 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 611420 with a small business size standard of $11.00M. This requirement is a [ Small Business ] set-aside 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 2017-04-27 17:00:00.0 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, Purchase Description Determined by Line Item, to the following: LI 001: Install & Configure Microsoft Windows 10 Training Course 20697-1 (5 days for 43 students) conducted in an online/virtual training platform by a certified Microsoft expert instructor in accordance with the attached Statement of Work. Period of performance is 1 June 2017 to 30 September 2017., 43, EACH; LI 002: Exam 70-697; Configuring Exam (Microsoft Windows 10 for 43 students) in accordance with the attached Statement of Work. Period of performance is 1 June 2017 to 30 September 2017., 43, EACH; LI 003: Supporting & Troubleshooting Microsoft Windows 10 Training Course 10982B (5 days for 43 students) conducted in an online/virtual training platform by a certified Microsoft expert instructor in accordance with the attached Statement of Work. Period of performance is 1 June 2017 to 30 September 2017., 43, EACH; LI 004: Administering System Center Configuration Manager and Intune for Microsoft Training Course 20696 (5 days for 8 students) conducted in an online/virtual training platform by a certified Microsoft expert instructor in accordance with the attached Statement of Work. Period of performance is 1 June 2017 to 30 September 2017., 8, EACH; LI 005: Exam 70-696; Managing Enterprise Devices and Apps (Microsoft Windows 10 for 8 students) in accordance with the attached Statement of Work. Period of performance is 1 June 2017 to 30 September 2017., 8, EACH; LI 006: CONTRACTOR MANPOWER REPORTING; POST EVENT IN ACCORDANCE WITH GUIDANCE PROVIDED HEREIN AS MANDATED BY THE SECRETARY OF THE ARMY., 1, EACH; 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. 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 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 52.204-7 System for Award Management 52.204-9 Personal Identify Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference ¦ 52.209-6 Protecting the Governments Interest ¦ 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors--Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.219-6 Total SB Set Aside 52.222-41 Service Contract Act of 1965 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements--Representation 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Alt A System for Award Management Alternate A 252.213-7000 Notice to Prospective Suppliers 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 52.252-1 Provisions by Reference 52.212-3 (ALT 1) Reps & Certs 52.212-5 Contract Terms & Conditions 52.222-42 Statement of Equivalent Rates for Federal Hires 52.252-1 Provisions by Reference 52.252-2 Clauses by reference 252.203-7995 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.232-7006 Wide Area Workflow Instructions 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. 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. 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. The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services under this contract for the Human Resources Command via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and click on "Department of the Army CMRA" on the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2017. Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d02c0a405e7c43587d3a51da0ac4a291)
- Place of Performance
- Address: FORT KNOX, KY 40122
- Zip Code: 40122-5101
- Zip Code: 40122-5101
- Record
- SN04488487-W 20170429/170427235336-d02c0a405e7c43587d3a51da0ac4a291 (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 |