Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2019 SAM #6588
SOLICITATION NOTICE

70 -- SMALL BUSINESS SET-ASIDE - ARL Virtual Contact Center (VCC) Licenses

Notice Date
12/11/2019 7:06:52 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783 USA
 
ZIP Code
20783
 
Solicitation Number
W911QX-20-Q-9999
 
Response Due
12/16/2019 8:59:00 AM
 
Archive Date
12/31/2019
 
Point of Contact
Ashley Eaker, Phone: 301-394-4229, Sergio J. Molina, Phone: 301-394-2388
 
E-Mail Address
ashley.e.eaker2.civ@mail.mil, sergio.j.molina.civ@mail.mil
(ashley.e.eaker2.civ@mail.mil, sergio.j.molina.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation Number: W911QX-20-Q-9999 Title: SMALL BUSINESS SET-ASIDE FOR Thirty-five (35) Virtual Contact Center (VCC) seats that will provide Tier 1 and Tier 2 Help desk support for the Army Research Laboratory (ARL) customer base for a period of one (1) year (PoP: 1/1/2020-12/31/2020) Classification Code: 70 NAICS Code: 511210 Response Date: No Later Than (NLT) 5 Days After Posting, due via email to the Primary Point of Contact listed in the FedBizOpps.gov webpage for this combined synopsis-solicitation. Description: Disclaimer: 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; proposals are being requested and a written solicitation will not be issued.NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED:THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE first, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET.This acquisition is issued as a Request for Quote (RFQ).The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Federal Acquisition Circular 2020-01, effective: 11/12/2019. For purposes of this acquisition, the associated NAICS code is 511210. The small business size standard is $38,500,000 dollars.Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):Quantity Thirty-five (35), Virtual Contact Center (VCC) seats that will provide Tier 1 and Tier 2 Help desk support for a period of one (1) year (PoP: 1/1/2020-12/31/2020). Specifications/Requirement: SEE ATTACHED DOCUMENT TITLED: A02 - Salient Characteristics - see FAR 12.202(b).Delivery: Delivery is required by 1/1/2020. Delivery shall be made to 2800 Powder Mill Road Adelphi, MD 20783. Acceptance shall be performed at 2800 Powder Mill Road Adelphi, MD 20783. The FOB point is destination.Clauses: The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision:In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong.Evaluation Criteria - The specific evaluation criteria to be used are as follows: In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government’s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government’s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance):PriceTechnical Capabilities/Specification Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) 52.209-6, PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013)52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013)52.222-3, CONVICT LABOR (JUN 2003)52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014)52.222-21, PROHIBITION OF SEGREGATED FACILITIES (FEB 1999)52.222-26, EQUAL OPPORTUNITY (MAR 2007)52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)52.222-50, COMBATING TRAFFICKING IN PERSONS (FAR 2015)52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-- SYSTEM FOR AWARD MANAGEMENT (JUL 2013)52.232-36 PAYMENT BY THIRD PARTY (MAY 2014)52.232-18 AVAILABILITY OF FUNDSDFAR252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015)252.204-7011, ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011)252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014)252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011)252.225-7035, BUY AMERICAN—FREE TRADE AGREEMENTS—BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2012)252.225-7035, BUY AMERICAN—FREE TRADE AGREEMENTS—BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2012) ALTERNATE IV252.225-7036, BUY AMERICAN--FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM (DEC 2012)252.225-7036, BUY AMERICAN -- FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM (DEC 2012) ALTERNATE III NOV 2012)252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006)252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013)252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): FAR/DFAR52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2015)52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (OCT 2015)52.212-2, EVALUATION - COMMERCIAL ITEMS (OCT 2014)52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (OCT 2015)52.212-3 ALT I, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (OCT 2015) ALT I (OCT 2014)52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAY 2015)52.213-2, INVOICES (APRIL 1984)52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015)52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015)52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)252.204-7000, DISCLOSURE OF INFORMATION252.211-7003, ITEM IDENTIFICATION AND VALUATION (JUN 2013)252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONSLocal ClausesACC - APG POINT OF CONTACTTECHNICAL POINT OF CONTACTTYPE OF CONTRACTGOVERNMENT INSPECTION AND ACCEPTANCEPAYMENT OFFICE (BANKCARD - INVOICES REQUIRED)TAX EXEMPTION CERTIFICATE (ARL)RECEIVING ROOM REQUIREMENTS - (ALC)EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR'S PROPOSALAWARD OF CONTRACTTECHNICAL INFORMATIONADELPHI CONTRACTING DIVISION WEBSITEPAYMENT TERMSThis acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. The following notes apply to this announcement: N/APlace of Performance: U.S. Army Research Laboratory, 2800 Powder Mill Rd, Adelphi, MD, 20783-1197 United StatesSet Aside: (Leave Blank on FBO Posting. DO NOT SELECT A SET ASIDE TYPE)Offers are due No Later Than (NLT) 5 Days After Posting by 11:59AM EST, at Ashley Eaker, ashley.e.eaker2.civ@mail.mil For information regarding this solicitation, please contact Ashley Eaker, ashley.e.eaker2.civ@mail.mil, 301-394-4229.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c7d8ce2ca7384e38a64cf6fd7eba2765/view)
 
Place of Performance
Address: 400, MD 20783, USA
Zip Code: 20783
Country: USA
 
Record
SN05514459-F 20191213/191211230308 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.