Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2018 FBO #6148
SOLICITATION NOTICE

D -- WarehouseVision Software & Implementation - SP7000-18-Q-0033

Notice Date
9/21/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Harrisburg, 5404 J Avenue, Building 404, New Cumberland, Pennsylvania, 17070, United States
 
ZIP Code
17070
 
Solicitation Number
SP7000-18-Q-0033
 
Archive Date
10/9/2018
 
Point of Contact
Marissa M. Jackson, Phone: 7177708677
 
E-Mail Address
marissa.jackson@dla.mil
(marissa.jackson@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
SP7000-18-Q-0033 Attachment 1 - WarehouseVision PWS SP7000-18-Q-0033 Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) number SP7000-18-Q-0033. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-100 effective 22 AUG 2018, and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20180824 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5, and PROCLTR 2018-17. This acquisition is unrestricted. The associated North American Industrial Classification System (NAICS) code is 541519 and the small business size standard is 150 employees. DCSO-P Harrisburg has a requirement to purchase WarehouseVision software and professional services. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. All invoicing under this contract will be accomplished via Wide Area Workflow (WAWF). OFFER SUBMISSION INSTRUCTIONS - Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (4) Unit Price and extended price for CLIN (5) Technical information (as stated below under FAR 13.106-2) (6) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13.106-2 Evaluation of Quotations or Offers - The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed priced contract to the lowest price, technically acceptable contractor whose quote represents the lowest price. Therefore, to be considered for award, contractors are required to submit descriptive product literature/technical information which clearly indicates the product offered meets the Government minimum requirements. This information will be used to determine technical acceptability. Technical information will be evaluated for acceptability (only) on a pass/fail basis and will not be rated. Any contractor who has submitted technically acceptable product information will then have its quote evaluated for price. All Department of Defense (DoD) Activities are experiencing delays in receiving emails from Non‐DoD sources. Please confirm receipt of your proposal submissions prior to the RFQ close of Monday, September 24, 2018 at 3:00 PM Eastern to be considered for award. Submission of quotations/proposals via electronic mail (email) is authorized. However, the Defense Information Systems Agency (DISA) has informed all DoD Activities that all email traffic from Non‐DoD sources is experiencing delays upon entry to the Enterprise Email Security Gateway (EEMSG). Therefore, it should be anticipated that any proposal submitted via email in response to this solicitation will experience some level of delay. All potential offerors are hereby cautioned that any proposal, modification, or revision that is received at the designated Government office AFTER the exact time specified for receipt of proposals is "late" and will not be considered. For purposes of this solicitation only, any proposal, modification, or revision that is submitted via email to the designated Government office AND received by DISA/EEMSG no later than the time specified by this solicitation will be considered to have been timely received at the designated Government office.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DAPS/SP7000-18-Q-0033/listing.html)
 
Place of Performance
Address: Corpus Christi, Texas, United States
 
Record
SN05101556-W 20180923/180921231218-239aee8d036563e22d42274b0e6f35c4 (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.