Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2019 FBO #6307
MODIFICATION

99 -- Spatial Analyer Software Updates

Notice Date
2/27/2019
 
Notice Type
Modification
 
NAICS
511210 — Software Publishers
 
Contracting Office
6565 Surveillance Loop Building 6001 Aberdeen Proving Ground MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W91ZLK-19-Q-0001
 
Response Due
3/6/2019
 
Point of Contact
Olga M. Hairston, Purchasing Agent, Phone 4438614718
 
E-Mail Address
olga.m.hairston.civ@mail.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Cicrular (FAC) 2005-98 (effective 31 May 2018). The solicitation number for this requirement is W91ZLK-19-Q-0001. This requirement has been deemed as unrestricted. The associated North American Industry Classification System (NAICS) Code is 511210 and Business Size Standard is $38.5M. The Government contemplates the award of a Firm-Fixed-Price (FFP) contract and will be evaluated based on the Lowest Priced Technically Acceptable (LPTA) offer. Description of Requirement: (SEE ATTACHED SOW) The purpose of this contract is to acquire a Spatial Anlayzer Ultimate Software Maintenance Agreement (SMA) License 4815 & License 6687 for the U.S. Army Aberdeen Test Center (ATC) located at Aberdeen Proving Ground, MD. The provision at FAR 52.212-2- Evaluation-Commercial Items, applies to this acquisition. The contract will be awarded to the LPTA offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposal. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussion. EVALUATION FACTORS: 1. Technical: The Technical volume of the proposal will be evaluated against the requirements described in the SOW contained in this solicitation. The Technical Volume will be determined to be "Acceptable" or "Unacceptable", using the following ratings: Technical Acceptable/Unacceptable Ratings Rating Description Acceptable--Proposal clearly meets the minimum requirements of the solicitation. Unacceptable--Proposal does not clearly meet the minimym requirements of the solicitation. 2. Price: The Government will evaluate the price proposal for award purposes by using price analysis techniques described in FAR 15.404-1 (b) based on competition and other factors. Accordingly, the analytical techniques and procedures described in FAR 15.404-1 may be used singly or in combination with others, as determined by the Contracting Officer, to ensure the costs are fair and reasonable. Any significant incnosistency, if unexplained, may raise a fundamental issue of the Offeror's understanding of the nature and scope of the work required and may be grounds for rejection of the proposal as inadequate. EVALUATION & BASIS FOR AWARD Basis for Award: The Government intends to award Firm-Fixed Price (FFP) contract to the LPTA proposal in accordance with FAR 15.101-2. To receive consideration for award, a rating of "Acceptable" must be achieved in the Technical factor. Rejection of Offers: In accordance with FAR 52.212-1 (g), the Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Examples include, but are not limited to the following: a. Offers that provide only a statement indicating its capability to comply with the RFP terms without support and elaboration as specified in volume instructions stated in this combined synopsis/solicitation; or b. Offers that reflect an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the requirements. This may include submission of a proposal which is abnormally high or low in Price (unbalanced pricing) or unattainable in terms of technical or schedule commitments; or c. Offers that do not meet all the stated material requirements of this combined synopsis/solicitation; or d. Offers that propose exceptions to the attachments, exhibits, enclosures, or other combined synopsis/solicitation terms and conditions. Evaluation and Source Selection Process Selection: Selection of the successful Offeror shall be made following an assessment of each proposal, based on the response to the requirements of this solicitation. Proposals will be evaluated as specified in Proposal Evaluation Section below. Evaluation: The evaluation of proposals submitted in response to this combined synopsis/solicitation shall be conducted in accordance with a LPTA competition. Award without Discussions: In accordance with FAR 52.212-1 (g), The Government intends to evaluate proposals and award a contract without discussions with Offerors (except clarifications as described in FAR 15.306 (a). Therefore, the Offeror's initial proposals shall contain the Offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competion can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. Determination of Responsibility: In accordance with FAR 9.103, contracts will be placed only with Contractors that the Contracting Officer determines to be responsible. Prospective offerors, in order to qualify as sources for this acquisition must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.104. No award can be made to an Offeror who has been determined non-responsible by the Contracting Officer. PROPOSAL EVALUATION Evaluation Factors: The Technical volume of the proposal will be evaluated against the requirements described in the SOW contained in this solicitation. The Technical Volume will be determined to be "Acceptable" or "Unacceptable", using the following ratings: Technical Acceptable/Unacceptable Ratings Rating Description Acceptable - Proposal clearly meets the minimum requirements of the solicitation. Unacceptable - Proposal does not clearly meet the minimum requirements of the solicitation. Technical Proposal: FACTOR 1: Technical Factor: The Government will evaluate the offeror's technical proposal based on the technical factors stated in the SOW. FACTOR 2: Price Factor The Government will evaluate the price proposal for award purposes by using price analysis techniques described in FAR 15.404-1 (b) based on competition and other factors. Accordingly, the analytical techniques and procedures described in FAR 15.404-1 may be used singley or in combination with others, as determined by the Contracting Officer, to ensure the costs are fair and reasonable. Any significant inconsistency, if unexplained, may raise a fundamental issue of the Offeror's understanding of the nature and scope of the work required and may be grounds for rejection of the proposal as inadequate. Partial quotes will not be evaluated by the Government. SUBMISSION PROCEDURES: ALL PROPPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-19-Q-0001 PROPOSAL FROM (INSERT COMPANY NAME) The offeror shall include a Company name, Point of contact, Company CAGE code, DUNS number and TIN. All questions regarding this solicitation must be submitted to the Contract Specialist Olga M. Hairston via e-mail no later than 10:00 a.m. Eastern Time, March 6, 2019 to olga.m.hairston.civ@mail.mil. NO TELEPHONE INQUIRIES WILL BE HONORED. All proposals from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM online for free at www.sam.gov. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commerical Items, with its offer. FAR 52.252-1- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provisions by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference. FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I FAR 52.203-13, Contractor Code of Business Ethics and Conduct FAR 52.204-7 System for Award Management NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/a82ebeba1beaa8ce25a595330fdbbb13)
 
Place of Performance
Address: Aberdeen Proving Ground, Maryland
Country: US
 
Record
SN05235003-F 20190301/190227230044 (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.