SOLICITATION NOTICE
L -- Jacksonville District Virtual Job Fairs
- Notice Date
- 11/6/2020 8:50:55 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-8175 USA
- ZIP Code
- 32207-8175
- Solicitation Number
- W912EP21R0005
- Response Due
- 11/12/2020 12:00:00 PM
- Archive Date
- 11/27/2020
- Point of Contact
- James T. Tracy, Phone: 9042322107, James T Vinson, Phone: 9042322610
- E-Mail Address
-
james.t.tracy@usace.army.mil, james.t.vinson@usace.army.mil
(james.t.tracy@usace.army.mil, james.t.vinson@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION W912EP21R0005 � DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. The Government reserves the right to award without discussions.� In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. This is a Request for Quote (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-09 (26 Oct 2020). The U.S. Army Corps of Engineers (USACE), Jacksonville District has a requirement for a supply/support contract to host/conduct virtual job fair events. This requirement is a Small Business Set-Aside. The associated NAICS code is: 511210, Software Publishers Small business size standard is: $41.5 Million USACE Jacksonville District has a requirement for a supply/support contract to host/conduct virtual job fair events. The Contractor shall provide a 100% web-based service with no downloads, no app installs required for usage, and live interaction as on option. Additionally, support should allow for 24 hour access to the platform, unlimited online participation visits and interviewing time, multiple interviewing booths and interviewers during events, the ability to maintain a count of participants, accountability of events, and conversations typed between interviewer(s) and interviewee(s), resume storage for up to one (1) year, anytime customization options with no additional fees, and access to training and support. (SEE BELOW AND ATTACHED DESCRIPTION OF SUPPLIES) CLIN������������� DESCRIPTION ����������� ����������� ����������� 0001��������������� Jacksonville District Virtual Job Fairs ����������������������� The contractor shall provide all necessary support required for virtual job fair events. Note: The Period of Performance of this requirement will be 12 months. Location of Work: Virtual The provision at 52.212-1 Instructions to Offerors -- Commercial, applies to this acquisition. Addendum to 52.212-1 Quote Content � Quotes must be responsive to and comply with the terms of the solicitation in order to be eligible to receive an award. The Government will reject any quote determined to be materially non-responsive or that does not conform to the terms of the solicitation. To be eligible to receive an award, the quote submitted in response to this combined synopsis/solicitation shall consist of the contents required in the sub-paragraphs described below: a. Technical: Specifications have been defined in the Description of Supplies.The vendor shall submit a quote that meets or exceeds all specifications identified in the Description of Supplies. b. Price: A Firm Fixed Price (FFP) shall be submitted for this effort.� The vendor will provide pricing for each item listed in the attached Description of Supplies. The provision at 52.212-2 Evaluation--Commercial Items, applies to this acquisition. Addendum to 52.212-2 The Government anticipates awarding one (1) purchase order in accordance with the procedures authorized in FAR Part 13, Simplified Acquisition Procedures, and considering the following factors: Technical and Price. To be eligible to receive an award, quotes submitted in response to this combined synopsis/solicitation shall consist of the contents required in the sub-paragraphs described below: a. Technical: Specifications have been defined in the Description of Supplies.The vendor shall submit a quote that meets or exceeds all specifications identified in the Description of Supplies. Quotes will be rated as ""Acceptable"" or ""Unacceptable"" in regards to ability to meet specifications. Refer to Table 1 for a description of the ratings. The minimum requirements must be met in order for the technical factor to be considered acceptable and for the quotre to be considered for award. Table 1. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Quote meets the requirements of the solicitation. Unacceptable Quote does not meet the minimum requirements of the solicitation. b. Price: A Firm Fixed Price (FFP) shall be submitted for this effort. The vendor will provide pricing for each item listed in the attached Description of Supplies. The Government will evaluate all aspects of the quote for reasonableness. Quotes found to be unreasonable may be rejected on that basis. The Government will only award the purchase order if a fair and reasonable price can be obtained. The provision at 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition.� Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition.�� Additional FAR clauses cited in 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, that apply to this acquisition 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), Alternate I 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 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 52.224-3 Privacy Training 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer�System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim Additional Provision that apply to this acquisition: 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements�Representation 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-22 Alternative Line Item Proposal 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications 252.203-7005� Representation Relating to Compensation of Former DoD Officials 252.204-7008� Compliance with Safeguarding Covered Defense Information Controls 252.205-7000 Provision of Information to Cooperative Agreement Holders� Additional Clauses that apply to this acquisition: 52.203-3 Gratuities� 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.215-23 Limitations on Pass-Through Charges� 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 252.201-7000 Contracting Officer's Representative� 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002� Requirement to Inform Employees of Whistleblower Rights 252.204-7004� Alternate A, System for Award Management 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.225-7012 Preference for Certain Domestic Commodities� 252.225-7048 Export-Controlled Items 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.227-7015 Technical Data--Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data� 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel Fill-In Clauses that apply to this acquisition: 52.219-28 Post Award Small Business Program Rerepresentation (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [� ] is, [� ] is not a small business concern under NAICS Code 511210 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/content/regulations 52.252-6 Authorized Deviations in Clauses� (a) The use in this contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. (b) The use in this contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. Open Market pricing is required. Anticipated Award Date is: November 16, 2020 Technical inquiries and questions relating to this combined synopsis/solicitation are due by 3:00 PM EST, November 10, 2020. Questions shall be sent via email to james.t.vinson@usace.army.mil and james.t.tracy@usace.army.mil. When submitting questions, please include the solicitation number and title. The government reserves the right to limit and/or to not respond to any further questions pertaining to this project received after November 10, 2020. Offerors should base their offers on the information provided in the solicitation and all issued amendments thereto. All answers to technical inquiries and questions are reviewed by the Contracting Officer prior to response. Answers to technical inquiries may result in amendments to the solicitation.� If an amendment is issued, it will be posted on the Government Point of Entry website (www.beta.sam.gov). Quotes are due by 3:00 PM EST, November 12, 2020. Quotes shall be sent via email to james.t.vinson@usace.army.mil and james.t.tracy@usace.army.mil. Any other questions regarding this acquisition should be directed to the Contracting Officer, James Tracy at (904) 232-2107 or by e-mail. Attachment(s):� Description of Supplies
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a6ddef7df74c40d893944d024866aa1b/view)
- Place of Performance
- Address: Jacksonville, FL, USA
- Country: USA
- Country: USA
- Record
- SN05848209-F 20201108/201106230144 (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 |