Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2018 FBO #6078
SOLICITATION NOTICE

70 -- Construction Cloud Application

Notice Date
7/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Army, National Guard Bureau, 182 MSG/MSC, IL ANG, 2418 S. MUSTANG ST, BLDG 728, PEORIA, Illinois, 61607-1498, United States
 
ZIP Code
61607-1498
 
Solicitation Number
W91SMC18Q6015
 
Archive Date
8/8/2018
 
Point of Contact
Benjamin B. Yeutson, Phone: 3096335707, Melissa Grice, Phone: 3096335204
 
E-Mail Address
benjamin.b.yeutson.mil@mail.mil, melissa.j.grice.mil@mail.mil
(benjamin.b.yeutson.mil@mail.mil, melissa.j.grice.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. (ii) This solicitation, W91SMC18Q6016 is being issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96, effective 06 November 2017 and updated with Class Deviation 2018-00007. (iv) This procurement is a total small business set-aside. The associated North American Industry Classification System (NAICS) code is 333241 and the small business size standard is $38.5 Million. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS. (v) Commercial Item Descriptions: Line Item 0001 – Cloud-based Construction Application, Quantity: 1, To be considered technically acceptable a product shall have the ability to receive, approve, and store Requests For Information (RFI), Material Submittals, Payment Requests, and Market Research documentation on products, services, and construction provided by contractors. Mutually agreed upon number of contractors that can request access to the information provided for each solicitation or contract. Shall be able to allow any number of contractors to gain access temporarily with awarded contractors to maintain access throughout the life of the contract until the contracting officer has closed the contract out. A minimum of 6 Government users access shall be provided. A standardized file structure shall be suggested by the contractor for use within the application. Suggested Products: Procore, Newforma, Oracle: Submittal Exchange. If not quoting these type of products then the contractor shall provide a specifications sheet with the quote in order for the product to be determined as equal or greater than the quality and specifications of these suggested products. (vi) GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. (vii) The products are to be delivered no later than 60 days ARO to 2416 S. Falcon Blvd, Peoria, IL 61607. The government prefers FOB Destination, but will accept FOB Origin as long as the estimated price is included for Line Item 0003 within the quote response. (viii) The provision at 52.212-1, Instructions to Offerors – Commercial, is applicable. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, Alternate 1 is applicable. Basis for award is lowest price technically acceptable. To be considered technically acceptable a product shall have the ability to receive, approve, and store Requests For Information (RFI), Material Submittals, Payment Requests, and Market Research documentation on products, services, and construction provided by contractors. Mutually agreed upon number of contractors that can request access to the information provided for each solicitation or contract. Shall be able to allow any number of contractors to gain access temporarily with awarded contractors to maintain access throughout the life of the contract until the contracting officer has closed the contract out. A minimum of 6 Government users access shall be provided. A standardized file structure shall be suggested by the contractor for use within the application.The The Government intends to make a single firm-fixed price award. (x) A successful offeror shall include a completed copy of the provision at 52.212-3 Alt-1, Offeror Representations and Certifications -- Commercial Items, with its offer and address the items listed within the addenda of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are applicable to the acquisition, which include: FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. FAR 52.219-28, Post Award Small Business Program Representation. 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 52.222-50, 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 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim. The following provisions are incorporated into this solicitation by reference: FAR 52.204-16, Commercial and Government Entity Code Reporting. FAR 52.211-6, Brand Name or Equal. DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations. DFARS 252.225-7031, Secondary Arab Boycott of Israel. The following clauses are incorporated into this solicitation by reference: FAR 52.204-18, Commercial and Government Entity Code Maintenance. FAR 52.232-39, Unenforceability of Unauthorized Obligations. FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.247-29, Origin. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002, Requirement to Inform Employees of Whistleblowers Rights. DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information. DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information. DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors. DFARS 252.223-7008, Prohibition of Hexavalent Chromium. DFARS 252.225-7001, Buy American and Balance of Payments Program. 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. The following provisions are incorporated by full text. DFARS 252.204-7011, Alternative Line Item Structure. DFARS 252.225-7000, Buy American - Balance of Payments Program Certificate. (Offerors shall include completed copies of the certifications within the following provisions with their offer.) The following clauses are incorporated by full text. The full text is found in Attachment #1, Full-Text Provisions and Clauses. FAR 52.252-2, Clauses Incorporated by Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.211-7003, Item Unique Identification and Valuation. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. (xiii) The product will at a minimum have a 1 year limited warranty. (xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) Offers are due at 1:00 PM Central Standard Time on Tuesday, 24 July 2018, at 182AW/MSC, ATTN: MSgt Benjamin B. Yeutson, 2416 S. Falcon Blvd, Peoria, IL 61607-5023. Offers may be submitted by mail or e-mailed to benjamin.b.yeutson.mil@mail.mil. (xvi) All questions and quotes must be directed to 182 Contracting Officer via email at benjamin.b.yeutson.mil@mail.mil. Questions asked within 3 days of solicitation close will be answered at the discretion of the Contracting Officer. Please make quotes good until 30 September 2018. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer's discretion. Electronic Documents: All electronic documents must NOT be "secured", "locked", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11-2/W91SMC18Q6015/listing.html)
 
Place of Performance
Address: 2416 S. Falcon Blvd, Peoria, Illinois, 61607, United States
Zip Code: 61607
 
Record
SN04991098-W 20180715/180713230840-fe302c1406fca8819d3c03d7b9e317c9 (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.