Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2020 SAM #6789
SOLICITATION NOTICE

R -- Software Control Center Digital Backup

Notice Date
6/29/2020 5:57:39 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
FA8224 OL H PZI PZIM HILL AFB UT 84056-5805 USA
 
ZIP Code
84056-5805
 
Solicitation Number
7517
 
Response Due
6/30/2020 12:00:00 PM
 
Archive Date
07/15/2020
 
Point of Contact
Benjamin Eddy, Phone: 8017777600, David Lovett
 
E-Mail Address
Benjamin.Eddy@us.af.mil, david.lovett@us.af.mil
(Benjamin.Eddy@us.af.mil, david.lovett@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
REQUIREMENT TITLE:� Software Control Center Digital Backup NSN/Part Number: N/A Solicitation Number:� FA8224-20-S-7517 Notice Type:� Combine Synopsis/Solicitation � This is a commercial solicitation notice combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, and FAR Part 13 Simplified Acquisition Procedures (SAP) as supplemented with additional information included in this notice under the authority of FAR 13.106-1(b) and 13.501(a). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.� This solicitation is issued as a request for quotation (RFQ).� This is a notice for a competitive quote under North American Classification System (NAICS) code 518210, size standard is $35.0 million. Description of Requirements: The Contractor will be working at Hill AFB, digitizing each individual piece of software, and to digitally back up all unclassified assets into the same standardized format. See the STATEMENT OF WORK for further details. REQUIRED SUBMISSIONS All vendors shall submit the following:� 1) A Firm Fixed Price (FFP) quotation including all required items (all or nothing)� 2) Cage Code, DUNS Number, delivery timeframe after receipt of order,� 3) This is a Combined Synopsis/Solicitation for Digital Software Back Up, The Government intends to award a purchase order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order To facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state: �""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR The offeror shall state: �""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offerors shall include a complete copy of the provision 52.212.-3, offeror representations and certification�Commercial items, with this offer. The clause at 52.212.-4, contract terms and conditions�commercial items applies to this acquisition and a statement regarding any addenda to the clause. FAR 52.212-5 Contract Terms and conditions required to implement statutes or executive orders�commercial items (Deviation 2013-O0019). PROVISIONS AND CLAUSES This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (2020-02). 52.203-19������� Prohibition on Requiring Certain Internal Confidentiality Agreements or ���������������������������������������������� Statements 52.204-7��������� System for Award Management. 52.204-16������� Commercial and Government Entity Code Reporting. 52.204-18������� Commercial and Government Entity Code Maintenance. 52.204-21� ����� Basic Safeguarding of Covered Contractor Information Systems 52.204-24� ����� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.������� 52.204-26������� Covered Telecommunications Equipment or Services-Representation. 52.209-6 �������� Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10� ����� Prohibition on Contracting With Inverted Domestic Corporations 52.212-1��������� Instructions to Offerors � Commercial Items 52.212-2 �������� Evaluation � Commercial 52.212-3��������� Offeror Representations and Certifications-Commercial Items.� 52.212-4��������� Contract Terms and Conditions-Commercial Items. 52.212-5��������� Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items.����� 52.222-3 �������� Convict Labor 52.222-17 ������ Nondisplacement of Qualified Workers MAY 2014 52.222-19 ������ Child Labor -- Cooperation with Authorities and Remedies 52.222-21������� Prohibition Of Segregated Facilities 52.222-26 ������ Equal Opportunity 52.222-36 ������ Equal Opportunity for Workers with Disabilities 52.222-41 ������ Service Contract Labor Standards 52.222-50 ������ Combating Trafficking in Persons 52.222-55 ������ Minimum Wages Under Executive Order 13658 52.222-62������� Paid Sick Leave Under Executive Order 13706 52.223-18 ������ Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 ������ Restrictions on Certain Foreign Purchases 52.232-33 ������ Payment by Electronic Funds Transfer--System for Award Management 52.232-39 ������ Unenforceability of Unauthorized Obligations 52.232-40������� Providing Accelerated Payments to Small Business Subcontractors. 52.233-1��������� Disputes 52.233-3 �������� Protest After Award 52.233-4 �������� Applicable Law for Breach of Contract Claim 52.237-2��������� Protection of Government Buildings, Equipment, and Vegetation. 52.239-1 �������� Privacy or Security Safeguards 52.245-1 �������� Government Property 52.245-9 �������� Use And Charges 52.252-2 �������� Clauses Incorporated By Reference 52.252-6 �������� Authorized Deviations In Clauses 252.203-7000� Requirements Relating to Compensation of Former DoD Officials 252.203-7002� Requirement to Inform Employees of Whistleblower Rights. 252.204-7003 Control Of Government Personnel Work Product 252.204-7003� Control of Government Personnel Work Product. 252.204-7004� Antiterrorism Awareness Training for Contractors. 252.204-7009� Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident reporting 252.204-7015� Notice of Authorized Disclosure of Information for Litigation Support. 252.206-7000� Domestic Source Restriction .���������� 252.225-7048� Export-Controlled Items. 252.232-7003� Electronic Submission of Payment Requests and Receiving Reports. 252.232-7006� Wide Area Workflow Payment Instructions. 252.232-7010� Levies on Contract Payments. 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7009� Representation of Use of Cloud Computing. ����������� 252.239-7010� Cloud Computing Services. 252.243-7001� Pricing of Contract Modifications. 252.244-7000� Subcontracts for Commercial Items AFFARS Clauses Incorporated by Full Text 5352.201-9101 OMBUDSMAN (Oct 2019) �(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). �(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [LISETTE K LEDUC, 801- 777-6459, listte.leduc@us.af.mil, 6038 Aspen Ave Bldg. 1289 PK/PZ Front, Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (INTERIM CHANGE: See Policy Memo 14-C-05) (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.223-9001 Health and Safety on Government Installations As prescribed in AFFARS 5323.9001, insert the following clause in solicitations and contracts: HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (OCT 2019) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 Contractor Access to Air Force Installations As prescribed in AFFARS 5342.490-1, insert a clause substantially the same as the following clause in solicitations and contracts: CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (OCT 2019) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver s license, current vehicle registration, valid vehicle insurance certificate, and to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with Hill Air Force Base Policy citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) 5352.242-9001 Common Access Cards (CAC) for Contractor Personnel As prescribed in AFFARS 5342.490-2, insert a clause substantially the same as the following clause in solicitations and contracts: COMMON ACCESS CARDS (CAC) FOR CONTRACTOR PERSONNEL (OCT 2019) (a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria: (1) Require logical access to Department of Defense computer networks and systems in either: (i) the unclassified environment; or (ii) the classified environment where authorized by governing security directives. (2) Perform work, which requires the use of a CAC for installation entry control or physical access to facilities and buildings. (b) Contractors and their personnel shall use the following procedures to obtain CACs: (1) Contractors shall provide a listing of personnel who require a CAC to the contracting officer. The government will provide the contractor instruction on how to complete the Contractor Verification System (CVS) application and then notify the contractor when approved. (2) Contractor personnel shall obtain a CAC from the nearest Real Time Automated Personnel Identification Documentation System (RAPIDS) Issuing Facility (typically the local Military Personnel Flight (MPF)). (c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy. (d) During the performance period of the contract, the contractor shall: (1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing government official; (2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physical access; (3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and (4) Report lost or stolen CACs in accordance with local policy/directives. (e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) All current and/or future information about this acquisition, i.e. amendments, purchase specification, Questions and Answers (Q&A), etc., will be distributed through Beta.Sam , therefore, interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. Point of Contact(s): Benjamin Eddy benjamin.eddy@us.af.mil 801-777-7600 Any questions concerning this requirement must be submitted in writing via email at least 5 working days prior to the closing date.� Questions need to be emailed too directly to benjamin.eddy@us.af.mil with a CC copy to David Lovett @ david.lovett@us.af.mil in accordance with FAR Clause 52.212-3, Offer Representations and Certifications - Commercial Items.� It is mandatory that all offers wishing to be considered for award must be currently registered, obtain a DUNS number, have an �active� Cage Code, and maintain Online Representations and Certifications Application with System for Award Management (SAM) at www.sam.gov. Failure to comply with the above mentioned regulations will result in an award to the next otherwise successful registered Offeror. Proposal shall be submitted by 3:00 PM MST on 4/30/2020 to benjamin.eddy@us.af.mil with a CC copy to David, Lovett at david.lovett@us.af.mil. The offeror shall ensure the Contracting point of contact acknowledges receipt of their electronic proposal for verification of delivery and acceptance in either email inbox. It is solely the Contractor�s responsibility to ensure quotes are received within the required timeframe. FAX COPIES CANNOT BE ACCEPTED. All current and/or future information about this acquisition, i.e., amendments, purchase specification, and Q &A's will be distributed through Beta.Sam.Gov. Therefore, interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. Attachments: 52.212-1��������� Instructions to Offerors � Commercial Items 52.212-2 �������� Evaluation � Commercial Statement of Work � Digital Back Up Attachment 1 � SCC Backup Equipment List CDRL A001 � Digital Backup CDRL A002 � Digital Backup Attachment 2 - Estimated Media Type Quantity
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7a5b7fe40ed443e4a79a1990c901c14f/view)
 
Place of Performance
Address: Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN05706179-F 20200701/200629230154 (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  © 1994-2020, Loren Data Corp.