Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 24, 2020 SAM #6874
SOLICITATION NOTICE

D -- D--COMPUTER AIDED DISPATCH

Notice Date
9/22/2020 12:54:29 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
IBC AVIATION MANAGEMENT (00080) BOISE ID 83706 USA
 
ZIP Code
83706
 
Solicitation Number
140D8020Q0013
 
Response Due
10/20/2020 12:00:00 AM
 
Archive Date
11/04/2020
 
Point of Contact
Workman, Brian
 
E-Mail Address
BRIAN_WORKMAN@IBC.DOI.GOV
(BRIAN_WORKMAN@IBC.DOI.GOV)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. II. This action is being processed in accordance with FAR Part 12 and Part 13, to include FAR Part 13.5- Simplified Procedures for Certain Commercial Items. The solicitation number is 140D8020Q0013. This solicitation is issued as a Request for Quote (RFQ). The Acquisition Services Directorate of the Department of the Interior, on behalf of the Office of Wildland Fire (OWF), is issuing this combined solicitation/synopsis for the purpose of entering into a contract after receipt and evaluation of quotes. III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2020-08, dated 08/31/2020. IV. This requirement is a total small business set-aside. The applicable NAICS Code is 541511, with a size standard of $30,000,000.00 V. Contract Line Item Numbers: 00010 Base Period - CAD Software and Services 00020 Base Period - CAD Integration, Operations and Maintenance 00030 Base Period Travel 00040 Option Period One - CAD Software and Services 00050 Option Period One - CAD Integration, Operations and Maintenance 00060 Option Period One - Travel 00070 Option Period Two - CAD Software and Services 00080 Option Period Two - CAD Integration, Operations and Maintenance 00090 Option Period Two - Travel 00100 Option Period Three - CAD Software and Services 00110 Option Period Three - CAD Integration, Operations and Maintenance 00120 Option Period Three - Travel 00130 Option Period Four - CAD Software and Services 00140 Option Period Four - CAD Integration, Operations and Maintenance 00150 Option Period Four - Travel 00160 Option Period Five - CAD Software and Services 00170 Option Period Five - CAD Integration, Operations and Maintenance 00180 Option Period Five - Travel 00190 Option Period Six - CAD Software and Services 00200 Option Period Six - CAD Integration, Operations and Maintenance 00210 Option Period Six - Travel 00220 Option Period Seven - CAD Software and Services 00230 Option Period Seven - CAD Integration, Operations and Maintenance 00240 Option Period Seven - Travel VI. Description of the requirements for the items to be acquired: Computer Aided Dispatch (CAD) Software Solution, to include Operations and Maintenance, Installation, Training, and Support. VII. Period of Performance: Base Period: 01/01/2021 - 12/31/2021 Option Period One: 01/01/2022 - 12/31/2022 Option Period Two: 01/01/2023 - 12/31/2023 Option Period Three: 01/01/2024 - 12/31/2024 Option Period Four: 01/01/2025 - 12/31/2025 Option Period Five: 01/01/2026 - 12/31/2026 Option Period Six: 01/01/2027 - 12/31/2027 Option Period Seven: 01/01/2028 - 12/31/2028 VIII. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Please see addendum for Quote Preparation Instructions. IX. The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: 1)Technical Capability / Experience, including the following subfactors: a. Compliance / Exceptions b. Personnel Resumes c. Capability Statement d. Management and Staffing Plan 2)Past Performance 3)Total Evaluated Price Technical Capability / Experience and Past Performance, when combined, are more important than price. X. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with their quotes. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. XI. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. XII. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. XIII. See Pages 25-70 for additional contract requirements and other terms and conditions. XIV. There is no Defense Priorities and Allocations System (DPAS) rating for this combined solicitation/synopsis. XV. The date, time, and place offers are due: Must be emailed no later than October 20, 2020, at 2:00 p.m. Eastern Time. Please include 140D8020Q0013 in the subject line of your email. XVI. Point of Contact: Brian Workman, brian_workman@ibc.doi.gov. XVII. QUESTIONS: ALL QUESTIONS/INQUIRIES REGARDING THIS SOLICITATION SHALL BE SUBMITTED IN WRITING, VIA EMAIL, TO THE CONTRACTING OFFICER, BRIAN WORKMAN, NO LATER THAN SEPTEMBER 17, 2020 AT 2:00 P.M. EASTERN TIME. QUESTIONS/INQUIRIES SUBMITTED AFTER THIS TIME MAY BE ADDRESSED AT THE SOLE DISCRETION OF THE GOVERNMENT.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fc63de5332b846ff94bf201ab36cde81/view)
 
Record
SN05806773-F 20200924/200922230209 (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.