Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2020 SAM #6632
SOLICITATION NOTICE

70 -- CATIA V5 3D Software

Notice Date
1/24/2020 2:37:09 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180 USA
 
ZIP Code
39180
 
Solicitation Number
W912HZ20Q4832
 
Response Due
1/31/2020 2:00:00 PM
 
Archive Date
02/15/2020
 
Point of Contact
Reginald J. Bryant
 
E-Mail Address
reginald.j.bryant@usace.army.mil
(reginald.j.bryant@usace.army.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation W912HZ20Q4832 is being issued as a Request for Quote (RFQ) with intent to award as a simplified acquisition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Circular 2020-01. This requirement is based on�Full and Open Competition and under NAICS 511210. This procurement is being conducted in accordance with regulation at FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. PLEASE SEE ATTACHED Description of Requirement (DOR). **Oral communications ARE NOT acceptable in response to this notice. ** FAR clause 52.212-2, Evaluation- Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: 1) Lowest price and 2) Technically Capability The Government will issue an award to the offeror whose quote is the Lowest Price that is determined to meet at least the minimum requirements to be determined Technically Capable. (1) Technically Capable is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and the attached specifications, including evidence of the offeror's capability to provide the items specified and the ability to meet or exceed the specified delivery schedule. It is imperative that the offeror submit sufficient documentation and information for the Government to determine technical capability and quoted price. Failure to submit sufficient information for the Government to determine technical capability and quoted price may be cause for rejection of you quote. (b) A written notice of award or acceptance of an offer, will be emailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) SAM REGISTRATION: Pursuant to FAR 52.204-7, System for Award Management, prior to award offerors shall be registered in the System for Award Management (SAM), if you are not registered in SAM, an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. The following FAR clauses and provisions apply to this acquisition: FAR 52.204-7 System for Award Management; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 System for Award Management Maintenance; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-18 Commercial and Government Entity Code Maintenance; FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems; FAR 52.207-6 Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures (Multiple-Award Contracts); FAR 52.209-7 Information Regarding Responsibility Matters; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.209-12 Certification Regarding Tax Matters; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-3 Alt I Offeror Representations and Certifications; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders � Commercial Items The following clauses cited within FAR Clause 52.212-5 are applicable: FAR 52.204-10 Reporting Executive Compensation and First Tier Sub Contract Awards; FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor Debarred, Suspended or Proposed for Debarment; FAR 52.219-28 Post Award Small Business Program Re-representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-10 Waste Reduction Program; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation; FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233- 3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; (End of clause) The full text of these FAR and DFARS clauses can be accessed electronically at website: http://www.acquisition.gov/ The following DFARS Clauses and Provisions are applicable to this acquisition: DFARS 252.203-7000 Requirement Relating to Compensation of Former DoD officials; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD officials; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.211-7003 Item Unique Identification and Valuation; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023 Transportation of Supplies by Sea; Technical Inquiries and Questions: All technical inquiries and questions relating to this solicitation are to be submitted to Reginald J. Bryant via e-mail at Reginald.J.Bryant@usace.army.mil. Offerors shall submit questions at least 2 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Offerors are requested to review the specifications in their entirety and review the beta.sam.gov website for answers to questions prior to submission of a new inquiry. Notes to Offerors: **Oral communications ARE NOT acceptable in response to this notice. ** Quotes are due 31 January 2020, not later than 4:00 PM CST via email to: Reginald.J.Bryant@usace.army.mil. For information concerning this solicitation, contact Reginald J. Bryant via e-mail at Reginald.J.Bryant@usace.army.mil. The Offeror is responsible for reading all information contained in this solicitation and all attachments if any posted with it. Offerors should check the beta.sam.gov web site often for any information regarding this solicitation and/or amendments to this solicitation. Offerors are responsible for ensuring that their quotes arrive prior to the scheduled closing date and time. Quotes must be clearly identified as being submitted for Solicitation Number W912HZ20Q4832. Place of Contract Performance: 3909 Halls Ferry Road Vicksburg, Mississippi 39180 United States
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3cdd0fe651ea454ebac0bd2975e17782/view)
 
Place of Performance
Address: Vicksburg, MS 39810, USA
Zip Code: 39810
Country: USA
 
Record
SN05543359-F 20200126/200124230149 (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.