Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
SOLICITATION NOTICE

D -- CLEAR Investigative Service for SOCOM - COMBO Attachment

Notice Date
6/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
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
FA4814-17-T-F038
 
Archive Date
7/8/2017
 
Point of Contact
Brittany Lightfoot, Phone: 8138284187
 
E-Mail Address
Brittany.Lightfoot@us.af.mil
(Brittany.Lightfoot@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 Salient Characteristics Combined Synopsis/Solicitation. Be sure to include option year pricing for four options with the base year pricing to be considered for award. This is a combined synopsis/solicitation for a commercial supply and/or service prepared in accordance with the format in FAR 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. This is a Request for Quote (RFQ) and the solicitation number is FA4814-17-T-F038. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: DESCRIPTION OF REQUIREMENT: The United States Special Operations Command (USSOCOM) requires a CLEAR Investigative Service with Dashboard Tools OR EQUAL. This is a brand name or equal requirement IAW FAR 52.211-6. The requirement includes the following items: CLEAR Investigative Service and Dashboard Tools IAW Salient Characteristics on Attachment 1 of this Document for a total of a base year of 12 months and four (4) 12-month option periods. Base Year CLIN 0001 - CLEAR Investigative Service for 12 months CLIN 0002- CLEAR Dashboard Tools for 12 months Option Year 1 CLIN 1001- CLEAR Investigative Service for 12 months CLIN 1002- CLEAR Dashboard Tools for 12 months Option Year 2 CLIN 2001- CLEAR Investigative Service for 12 months CLIN 2002- CLEAR Dashboard Tools for 12 months Option Year 3 CLIN 3001- CLEAR Investigative Service for 12 months CLIN 3002- CLEAR Dashboard Tools for 12 months Option Year 4 CLIN 4001- CLEAR Investigative Service for 12 months CLIN 4002- CLEAR Dashboard Tools for 12 months The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective 13 January 2017, DFARS DPN 20161222, effective 22 December 2016 and AFFARS AFAC 2017-0127, effective 27 January 2017. The North American Industry Classification System code (NAICS) is 541511, Custom Computer Programming Services. The Product Service Code is D308, IT and Telecom-Programming. A firm fixed price contract will be awarded. BASIS OF AWARD: Award will be made to the lowest priced quotation from a business that meets ALL requirements listed above and in Attachment 1. Quotations received from offerors that do not meet the requirements will not be considered for award. The Government also reserves the right to make no award at all. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting) FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions--Commercial Items FAR 52.219-1, Small Business Program Representations FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.246-16, Responsibility for Supplies FAR 52.247-34, F.O.B Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and Federal Law FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders- Commercial Items FAR 52.219-28, Post Award Small Business Program Rerepresentation 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 52.222-36, Equal Opportunity for Workers With Disabilities 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 FAR 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ FAR 52.217-9 Option to Extend the Term of the Contract (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 48 months/4 years. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: 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 Alt A, System for Award Management, Alternate A DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.247-7023, Notification of Transportation of Supplies by Sea The following Defense Federal Acquisition Regulation Supplement (DFARS) clause applies to this solicitation and is incorporated in full text: DFARS 252.211-7003, Item Identification and Valuation The following Air Force Regulation Supplement (AFFARS) clauses apply to this solicitation and are incorporated in full text: AFFARS 5352.201-9101 Ombudsman (June 2016) (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 of protests or formal contract disputes. The ombudsman may refer the interested 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, the interested party may contact the ombudsmen, Mr. Gregory S. Oneal, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225- 5022, 618-229-0267, fax 618-256-6668, email: Gregory.Oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman levels, 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. (End of clause) ADDITIONAL INFORMATION: Also your quote 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 www.sam.gov. 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. DELIVERY ADDRESS: This requirement is procured on behalf of United States Special Operations Command, 7701 Tampa Point Blvd, MacDill AFB, FL 33621 DEADLINE/POINTS OF CONTACT: Offers are due on Friday, 23 June 2017 at 10:00 a.m. EST. Submit offers or questions to the attention of Brittany Lightfoot, by email to Brittany.Lightfoot@us.af.mil. No phone calls will be accepted. LEYLA CAMPBELL Contracting Officer Attachments: 1. Salient Characteristics
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/FA4814-17-T-F038/listing.html)
 
Place of Performance
Address: MacDill AFB, FL 33621, MacDill AFB, Florida, 33621, United States
Zip Code: 33621
 
Record
SN04545906-W 20170617/170615235154-458ca47702498238a1a00b323c2480e7 (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.