Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
MODIFICATION

R -- 520 BCS-F Apex-Ada

Notice Date
1/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA822418R0017
 
Archive Date
2/10/2018
 
Point of Contact
Clayton M. Gray, Phone: 8017752223, Andrea Bean, Phone: 8017770166
 
E-Mail Address
clayton.gray.1@us.af.mil, andrea.bean.1@us.af.mil
(clayton.gray.1@us.af.mil, andrea.bean.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a commercial Single Source solicitation notice combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, and FAR Part 13 Simplified Acquisition Procedures (SAP)as supplemented with additional information included in this notice under the authority of FAR 13.106-1(b)(1)(i). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The North American Classification System (NAICS) code is 511210. The small business size standard is $38.5M. The Government intends to solicit and negotiate a Firm Fixed Price (FFP) purchase order for: 1) ApexAda Enterprise V4.4 for Linux/Intel - PN: MNT-DANEE3000F-T2 - Total of (10). Period of Performance: 01 Jan 2018 - 31 Dec 2018. 2) TeleUSE V4.x for 32-bit Linux/Intel - PN: MNT-DT32A3000F-T3 - Total of (3). Period of Performance: 01 Jan 2018 - 31 Dec 2018. This is not a request for competitive quotes, all responsible sources may submit a capability statement and quotation. Offers from firms other than PTC will only be considered when it can be determined prior to award that the items being offered will meet the Governments requirement. Award will not be delayed pending technical acceptability determination. The Battle Control System-Fixed (BCS-F) software configuration was base lined during the acquisition of the weapon system and cannot be changed. ApexAda and TeleUSE file transfer software is part of this baseline and requires renewal. These software programs are proprietary to PTC. Re-engineering of this weapon system to use other products is not feasible in either cost or schedule. Failure to provide this support could cause the following: 1. Increased IA risk exposure 2. Operating equipment without proper licenses 3. Unacceptable system down time in the event of software failure 4. No vendor technical support No other companies have the ability to provide maintenance of this system. INSPECTION AND ACCEPTANCE CRITERIA Deliveries will be DOA and will be inspected upon arrival by the Government. Ship to: Robert Hawkins, (801) 586-0190, Robert.Hawkins.19@us.af.mil REQUIRED SUBMISSIONS All vendors shall submit the following: 1) A Firm Fixed Price (FFP) quotation including all required items (all or nothing) 2) Cage Code, DUNS Number, delivery timeframe after receipt of order, 3) This is a Combined Synopsis/Solicitation for software as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) PROVISIONS AND CLAUSES This solicitation document and incorporated provisions and clauses are those in effect through Fedreal Acquisition Circular (2005-95). The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors - Commercial; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial Items. 52.203-3 Gratuities 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) - - Alternate I 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-4 Printed or Copied Double-=Sided on Recycled Paper 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance. 52.204-19 Incorporation by Reference of Representations and Certifications. 52.204-22 Alternative Line Item Proposal 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-6 Brand Name or Equal. 52.212-1 Instructions to Offerors - - Commercial Items 52.212-4 Contract Terms and Conditions - - Commercial Items 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-9 Small Business Subcontracting Plan (Deviation 2016-O0009) 52.219-16 Liquidated Damages-Subcontracting Plan 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-19 Child Labor - - Cooperation with Authorities and Remedies 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications 52.232-39 Unenforceabilityof Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.242-5 Payments to Small Business Subcontractors 52.245-1 Government Property 52.245-9 Use and Charges 52.246-17 Warranty of Supplies of a Non- complex Nature 52.252-2 Clauses Incorporated By Reference 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 252.204-7003 Control Of Government Personnel Work Product 252.204-7006 Billing Instructions 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.209-7004 Subcontracting With Firms That are Owned or Controlled By The Government of a Terrorist Country 252.211-7003 Item Unique Identification And Valuation 252.211-7007 Reporting of Government Furnished Property 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations 252.215-7008 Only One Offer 252.219-7003 Small Business Subcontracting Plan (DOD Contracts). (Deviation 2016-O0009) 252.219-7004 Small Business Subcontracting Plan (Test Program) 252.222-7007 Representation Regarding Combating Trafficking in Persons 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7012 Preference for Certain Domestic Commodities 252.225-7048 Export-Controlled Items 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.232-7010 Levies on Contract Payments 252.239-7009 Representation of Use of Cloud Computing 252.239-7010 Cloud Computing Services 252.243-7001 Pricing Of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property 252.245-7002 Reporting Loss of Government Property 242.245-7003 Contractor Property Management System Administration 252.245-7004 Reporting, Reutilization, and Disposal 252.247-7023 Transportation of Supplies by sea In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 (deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs; 52.247-34 F.O.B. Destination; 52.252-2 Clauses Incorporated By Reference; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; and 252.232-7006 Wide Area Workflow Payment Instructions All current and/or future information about this acquisition, i.e. amendments, purchase specification, Questions and Answers (Q&A), etc., will be distributed through FBO, therefore, interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. Any questions concerning this requirement must be submitted in writing via email at least 5 working days prior to the closing date. Questions need to be emailed too directly to clayton.gray.1@us.af.mil with a CC copy to Andrea Bean, andrea.bean.1@ua.af.mil in accordance with FAR Clause 52.212-3, Offer Representations and Certifications - Commercial Items. It is manadatory that all offers wishing to be considered for award must be currently registered, obtain a DUNS number, have an "active" Cage Code, and maintain Online Representations and Certifications Application with System for Award Management (SAM) at www.sam.gov. Failure to comply with the above mentioned regulations will result in an award to the next otherwise successful registered Offeror. Proposal shall be submitted by 1200 PM MST on 26 Jan 2018 to clayton.gray.1@us.af.mil with a CC copy to Andrea Bean, andrea.bean.1@us.af.mil. The offeror shall ensure the Contracting point of contact acknowledges receipt of their electronic proposal for verification of delivery and acceptance in either email inbox. It is solely the Contractor's responsibility to ensure quotes are received within the required timeframe. FAX COPIES CANNOT BE ACCEPTED. All current and/or future information about this acquisition, i.e, amendments, purchase specification, and Q &A's will be distributed through FBO. Therefore, interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA822418R0017/listing.html)
 
Place of Performance
Address: 6137 Wardleigh Rd, Bldg. 1515, Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN04788357-W 20180113/180111231708-76fe948c3a703fe3a112f8d9852cb0b2 (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  © 1994-2020, Loren Data Corp.