Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2022 SAM #7485
SOLICITATION NOTICE

70 -- The United States Army Chemical Materials Activity (CMA) Required HPE Server Support & Maintenance

Notice Date
5/27/2022 10:03:51 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
W6QK ACC-APG DIR ABER PROV GRD MD 21005-3013 USA
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-22-Q-0025
 
Response Due
6/15/2022 1:00:00 PM
 
Archive Date
06/30/2022
 
Point of Contact
Lenard Wright, Phone: 4438614745, Sharon A. Gary, Phone: 4438614719
 
E-Mail Address
lenard.b.wright.civ@army.mil, sharon.a.gary.civ@army.mil
(lenard.b.wright.civ@army.mil, sharon.a.gary.civ@army.mil)
 
Description
Synopsis: This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-06 effective 01 May 2022. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5 Simplified Procedures for Commercial Items. This requirement is being solicited as a Full and Open Competition by NAICS Code 541519, Other Computer Related Services. The Government contemplates an award of a Firm-Fixed Price (FFP) type contract and will be evaluated based on Lowest Priced Technically Acceptable (LPTA); Lowest Priced offer, that meets all the requirement listed in the Statement of Work (SOW). The synopsis/ solicitation number is W91ZLK-22-Q-0025 for the purchase of: HPE Server Support & Maintenance: Base Year: Support Account Reference Description. USARMYABERMD 1051 1424 9081 USARMYDURNC 1051 1424 9891 USARMYPUEBCO 1051 1425 0612 USARMYRICHKY 1051 1424 7426 USARMYSFNM 1051 1424 8259 Specification Requirement: Service Agreement ID: 1051 1424 9081, Service Agreement ID: 1051 1424 9891, Service Agreement ID: 1051 1425 0612, Service Agreement ID: 1051 1424 7426. Service Agreement ID: 1051 1424 8259. 1.�� Hardware Support. HPE Hardware Tech Support, Onsite Support, Replacement Parts Essential. Defective Media Retention Travel Zone 1.���������� 2.�� Environmental Services. HPE Remote Tech Support Technical Support General Technical Guidance Essential. For Specific information please refer to the attached Purchase Description. Proposals shall be submitted as follows: PRICE and TECHNICAL Proposal: Please submit detailed price proposal in accordance with the Purchase Description. The Price proposal shall clearly identify the firm fixed price unit prices. Partial quotes will not be evaluated. Technical acceptability will be based on a proposal that meets all the requirements stated in the Purchase Description (PD). Technical proposal shall be rated as Acceptable, or Unacceptable. To receive consideration for award, Contractor shall achieve technically acceptable rating on all requirements listed in the Statement of Work (SOW). Award without Discussions: In accordance with FAR 52.212-l (g), the Government intends to evaluate proposals and award a contract without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial proposal shall contain the Offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Determination of Responsibility: In accordance with FAR 9.103, contracts will be placed only with Contractors that the Contracting Officer determines to be responsible. For prospective offerors, to qualify as sources for this acquisition, offerors must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.104. No award shall be �made to an Offeror who has been determined non-responsible by the Contracting Officer. EVALUATION & BASIS FOR AWARD: Basis for Award: The Government intends to award one Firm-Fixed Price (FFP) contract to the Lowest Priced, Technically Acceptable (LPTA) proposal, in accordance with FAR 15.101-2. To receive consideration for award, a rating of �Acceptable� must be achieved for each of the technical factors. Rejection of Offers: In accordance with FAR 52.212-1 (g) The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Examples include, but are not limited to, the following: a.Offers that provide only a statement indicating its capability to comply with the RFP terms without support and elaboration as specified in volume instructions stated in this combined synopsis/solicitation; or b.Offers that reflect an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the requirements. This may include submission of a proposal which is abnormally high or low in Price (unbalanced pricing) or unattainable in terms of technical or schedule commitments: or c. Offers that do not meet all the stated material requirements of this combined synopsis/solicitation; or d. Offers that propose exceptions to the attachments, exhibits, enclosures, or other combined synopsis/solicitation terms and conditions. The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposal. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. By submitting a quote, the Contractor agrees to the notations identified in the Purchase Description. All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), https://beta.sam.gov/ database prior to award will not be considered. Vendors may register with SAM online at the website link provided. The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest. In the event of equal low bids that are technically acceptable, awards shall be made first to: 1. Small Business Development 8(a) program participant with an active certification represented by NAICS Code 541519. 2. Small disadvantaged business concern represented by NAICS Code 541519. 3. Small Business represented by NAICS Code 541519. 4. Large Business. ��������� Delivery: Contractor shall deliver within 30 Days after contract award. ��������� Place of Delivery: �DEVCOM CBC G6 Mike Brown. 8272 14th street E5242 Gunpowder, MD 21010. For questions concerning this solicitation, contact Lenard Wright, Contract Specialist, via -mail at�lenard.b.wright.civ@army.mil. All questions must be received by June 8, 2022, at 4:00 p.m. Eastern Time. All quotations must be signed, dated, and submitted via email to lenard.b.wright.civ@mail.mil by June 15, 2022, at 4:00 p.m. Eastern Time. (Preferred method) or via U.S. Mail at: US Army Contracting Command- Aberdeen Proving Ground, Tenant Contracting Division ATTN: Lenard Wright, C3-Pod 21 6565 Surveillance Loop, 3rd Floor. Room C3-111 Aberdeen Proving Ground, MD 21005 This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference: 52.203-7� Anti-Kickback Procedures� JUN 2020 52.204-10� Reporting Executive Compensation and First-Tier�Subcontract Awards� JUN 2020 52.204-23� Prohibition on Contracting for Hardware, Software, and Services Developed or� Provided by Kaspersky Lab and Other Covered Entities� �JUL 2018 52.204-24� Representation Regarding Certain Telecommunications and Video�Surveillance Services or Equipment. OCT2020 52.204-25� Prohibition on Contracting for Certain Telecommunications and Video Surveillance�Services or Equipment. �AUG2020 52.204-26� Covered Telecommunications Equipment or Services-- Representation. OCT 2020 52.209-2� Prohibition on Contracting with Inverted Domestic�Corporations�Representation NOV 2015 52.219-1 Alt I Small Business Program Representations (NOV 2020) Alternate I SEP 2015 52.219-28 Alt I� Post-Award Small Business Program Representation (NOV2020) Alternate I� MAR 2020 52.219-33� (Dev)� Nonmanufacturer Rule (DEVIATION 2020-O0008)� MAR 2020 52.222-18� Certification Regarding Knowledge of Child Labor for Listed End Products� FEB 2021 52.222-50� Combating Trafficking in Persons� OCT 2020 52.222-54�Employment Eligibility Verification�OCT 2015� 52.223-18��Encouraging Contractor Policies To Ban Text Messaging While Driving.� JUN 2020 52.225-13� Restrictions on Certain Foreign Purchases FEB 2021 52.225-18�Place of Manufacture� AUG 2018 52.226-1�Utilization Of Indian Organizations And Indian-Owned Economic Enterprises� JUN 2000 52.232-34�Payment By Electronic Funds Transfer--Other Than System for Award Management JUL 2013 52.233-4��Applicable Law for Breach of Contract Claim�OCT 2004 52.244-6�Subcontracts for Commercial Items�NOV 2020 52.252-1�Solicitation Provisions Incorporated By Reference�FEB 1998 252.203-7000�Requirements Relating to Compensation of Former DoD Officials�SEP 2011 252.203-7002�Requirement to Inform Employees of Whistleblower Rights�SEP 2013 252.204-7003�Control Of Government Personnel Work Product�APR 1992� �252.204-7006�Billing Instructions�OCT 2005 252.204-7016�Covered Defense Telecommunications Equipment or Services-- Representation�DEC 2019 252.204-7017� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment��or Services ��Representation Prohibition on� DEC 2019 252.204-7018� the Acquisition of Covered Defense Telecommunications Equipment or Services�JAN 2021 252.209-7004�Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism� MAY 2019 252.232-7003�Electronic Submission of Payment Requests and Receiving Reports� DEC 2018 252.232-7006��Wide Area WorkFlow Payment Instructions��DEC 2018 252.244-7000��Subcontracts for Commercial Items��JAN 2021 252.247-7023��Transportation of Supplies by Sea��FEB 2019
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3f4886a9de6748de8b40c79a943570c3/view)
 
Place of Performance
Address: Gunpowder, MD 21010, USA
Zip Code: 21010
Country: USA
 
Record
SN06341489-F 20220529/220527230103 (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.