SOLICITATION NOTICE
D -- CCRI - LAARNG
- Notice Date
- 8/10/2022 3:07:17 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- W7NB USPFO ACTIVITY LA ARNG PINEVILLE LA 71360-0000 USA
- ZIP Code
- 71360-0000
- Solicitation Number
- W912NR22R0060
- Response Due
- 8/19/2022 1:00:00 PM
- Archive Date
- 09/03/2022
- Point of Contact
- TIFFANY FORD, Phone: 318-290-5584, Crystal Lynn Stiles, Phone: 3182905933, Fax: 13182905886
- E-Mail Address
-
tiffany.l.ford10.mil@army.mil, crystal.l.stiles2.mil@army.mil
(tiffany.l.ford10.mil@army.mil, crystal.l.stiles2.mil@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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. This solicitation is issued as a request for proposal (RFP) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2022-04 effective 26 May 2022. Provisions and clauses incorporated by reference has the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://acquisition.gov. The solicitation W912NR-22-R-0060 is issued as a Request for Proposal. This procurement is solicited as a total small business set-aside. The NAICS code for this acquisition is 541512- Computer Systems Design Services. This solicitation is for a firm fixed price contract and will be evaluated and awarded using the best value trade off method where past performance is the most important factor, followed by technical. Past performance will be �Offer must include proof of adherence to provided specifications (proposals will be checked for technical acceptableness based on requirements) and have a satisfactory past performance with Government contracts. The contractor shall return the completed provision (52.204-24) and return with proposal. The Louisiana Army National Guard USPFO J6 is in requirement for Command Cyber Readiness Inspection to be delivered to Camp Beauregard, La. � Timeline 10 August 2022 � Combined Synopsis/Solicitation posted 19 August 2022 / 04:00 p.m. � Combined Synopsis/Solicitation closes � 16 August 2022 / 02:00 p.m. � Deadline for questions/clarifications (If applicable) � Location 496 3rd Street, Camp Beauregard Pineville, La 71360 � Bidding Format Requirement Description: CCRI Services in line with the PWS attached. Please include quoted services. ITEM DESCRIPTION; TOTAL QTY; UNIT PRICE; TOTAL PRICE (BILLED ALL AT ONCE) 0001 CCRI SAV TEAM (ON SITE) � Total QTY: �Unit Price: Each Total Price: $ 0002 CCRI SAV TEAM (ON SITE) TRAVEL Total QTY: �Unit Price: Each Total Price: $ The following FAR/DFAR clauses and provisions are applicable to this acquisition: 52.202-1 Definitions JAN 2012 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-7 Anti-Kickback Procedures OCT 2010 52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 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 (Oct 2020) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) 52.212-1������ INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2020) 52.212-2�Evaluation�Commercial Products and Commercial Services. As prescribed in�12.301(c), the�Contracting Officer�may�insert a provision�substantially as follows: Evaluation�Commercial Products�and�Commercial Services�(Nov 2021) ������(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, price and other factors considered. The following factors�shall�be used to evaluate�offers: Past Performance, Technical, Price �����Past performance is more import than technical, but when combined past performance and technical are equal and over price. ������(b)�Options. N/A ������(c)�The government intends to make this award without discussion. (End of provision) 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.216-24 Limitation of Government Liability APR 1984 52.216-25 Contract Definitization OCT 2010 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Veterans SEP 2010 52.222-36 Affirmative Action for Workers with Disabilities OCT 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits: SCA WD # 2015-5175 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-6 Drug-Free Workplace MAY 2001 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications DEC 2012 52.232-1 Payments APR 1984 52.232-18 Availability if Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer-System for Award Management JUL 2013 52.233-1 Disputes JUL 2002 52.233-2 Service of Protest SEP 2006 52.233-3 Protest after Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.243-1 Changes--Fixed Price AUG 1987 52.252-2 Clauses Incorporated By Reference FEB 1998 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area Workflow Payment Instructions MAY 2013 Executive Order 13514: Federal Leadership in Environmental, Energy, and Economic Performance (OCT 2009) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 ***Addendum to provision FAR 52.212-2*** EVALUATION FACTORS FOR AWARD Basis for Award The Government intends to award a single Firm-Fixed Price (FFP) Contract as a result of this solicitation. Per FAR 9.103, the contract will be placed only with an offeror that the PCO determines to be responsible, that is, those who can satisfactorily perform the necessary tasks and deliver the required services on time. Prospective offerors, in order to qualify as sources for this acquisition, must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.104. In addition, the Government may assess the offeror�s financial ability to meet the solicitation requirements. The Government reserves the right to conduct a Pre-Award Survey on any or all offerors (or their Significant Subcontractors) to aid the PCO in the evaluation of each offeror's proposal and ensure that a selected offeror is responsible. No award can be made to an offeror who has been determined to be not responsible by the Contracting Officer. Consistency. Each volume of the offeror�s proposal shall be consistent within proposal volumes and between proposal volumes. The offeror should provide supporting documentation in sufficient detail to permit a complete evaluation of the proposal. Evaluation Factors The Government will assess the offeror�s proposal on three (3) factors: (1)Past Performance, (2) Technical and (3) Price. Of the evaluation factors, Past Performance is more important than Technical. Past Performance and Technical are more important than Price. The non-price factors when combined are significantly more important than price. ***Addendum to FAR 52.212-1*** The PAST PERFORMANCE VOLUME, shall include: The offeror shall submit information for a total of up to three (3) recent contracts past performance references that were performed by the offeror as the prime contractor, which the offeror considers to have relevance. These may include foreign, federal, state, local and private industry contracts. The burden of providing thorough and complete past performance information remains with the offeror. It is the offeror's responsibility to submit detailed and complete information so the Government may evaluate its Past Performance volume. The Government does not assume the duty to search for data to cure problems it finds in proposals. While the Government may elect to consider data obtained from internal and external sources other than the proposal, the burden to provide thorough and complete past performance information rests with the offeror. The below instructions are provided to advise offerors as to the information required by the Government to assess the contractor's Recent and Relevant past performance. Since this information constitutes a basis of the Government's review, it is imperative that the offeror present its past performance in a clear and complete manner. Failure to provide the information requested below may result in an assessment that the offeror does not possess a record of Recent and Relevant past performance. Recent contracts are those performed within three (3) years of the date of issuance of this solicitation. Relevant contracts are those comparable in scope and magnitude of effort and complexity to the PWS requirement(s). Contract Information: The offeror's proposal shall substantiate what distinct effort was required and actually performed under each of the proposed Contract(s). For each Contract(s) submitted, provide the following information: Prime Contractor name and address; Contract Number (and delivery/contract number if applicable); Contract Type; Total Value of the Contract (beginning & ending value); Delivery or Performance Schedule; Contract period of performance; Government or private industry contracting activity address, telephone number and e-mail; Procuring Contracting Officers (PCO) and/or Contract Specialist's name, or point of contact for private industry entity responsible for signing or administering the Contract, telephone number and e-mail; Government (DCMA) or private industry administrative contracting officer (ACO), contracting officers representative (COR), performance certifier, and/or quality assurance representative (QAR), name, telephone number and email; Specify the Government or Contractor Point(s) of Contact for which the Questionnaire was sent, and provide the date(s) it was sent; Provide a description of the work performed by the offeror, which shall include a narrative describing the similarities between (1) the relevant work performed under the PWS requirements of the offeror's cited Contract(s) and (2) the PWS requirements identified in paragraphs 5. In its narrative, the offeror shall specify the location in the cited contract PWS (to include paragraph and page number) that substantiates the relevant work performed; Provide a brief self-assessment of contract performance. Provide a copy of the complete PWS or Scope of Work for each of the submitted contracts. If the proposed Contract was issued under or in connection with a related written instrument (e.g. Indefinite Delivery Contracts, BOA, BPA, FSS) and the details of the distinct effort actually performed needed to establish relevancy on the proposed contract are further defined within the terms and conditions (e.g. statement of work) of that related written instrument, provide that information and any other information necessary to establish this instrument's relationship to the proposed contract. (These documents can be submitted as stand- alone attachments within the proposal volume). The offeror may also be evaluated based on other internal Government or private source information. In this regard, the Government may utilize the Contract Performance and Rating System (CPARS) to search for recent and relevant offeror performance and ratings. While the Government may elect to consider data obtained from external sources other than the proposal, the burden on providing thorough and complete past performance information rests with the offeror. The Government does not assume the duty to search for data to cure problems it finds in proposals. The burden of providing thorough and complete past performance information remains with the offeror The Government will conduct an in-depth evaluation of all recent performance information to determine how closely the services performed under those contracts relate to the technical factors. Consideration will be given to similar service, similar complexity of the effort, breadth and depth of skills, similar contract scope and type, and schedule. In addition, consideration will be given to any quality awards or certifications that indicate the offeror has a high-quality process for developing and producing the services required by this acquisition. The offeror shall provide a copy of its most recent CPARS evaluation showing the overall rating(s) for each of the past performance references provided in the proposal. Past Performance Questionnaire. A past performance questionnaire is provided in Technical Exhibit 3. For each contract submitted by the offeror, the offeror shall send a copy of the past performance questionnaire directly to the appropriate Government contracting activity and technical representative responsible for the past/current contract. The offeror shall request that these individuals complete the questionnaire and forward it electronically directly to the Government at tiffany.l.ford10.mil@army.mil and crystal.l.stiles2.mil@army.mil) as soon as possible and prior to the solicitation closing date with the subject heading �PAST PERFORMANCE INFORMATION FOR W912NR-21-R-0052 [Offeror name]. Representation. As prescribed in 4.2105(a), complete the following representation in FAR Clause 52.204-24(d) Representation. The Offeror represents that � It ? will, ? will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (c)(1) of this section if the Offeror responds �will� in paragraph (d)(1) of this section; and After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that�It ? does, ? does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (c)(2) of this section if the Offeror responds �does� in paragraph (d) (2) of this section. Vendor���������������� Name:���������������� ���������������������������������� Authorized�������� Representative�������� Name/Title:�������� �������������������������� (Print Name/Title) Authorized�������� Representative�������� Signature:�������� ��������������������������� To be awarded this contract, the offeror must be registered in the SAM and remain active during period of performance. (https://www.sam.gov/portal/public/SAM/). All vendors MUST have a publicly visible registration in the System for Award Management (SAM). UEI, Duns & Bradstreet, CAGE Code & Federal Tax ID numbers MUST be submitted with offer. If you need any additional assistance getting registered, please send me an email and I will send you additional instructions. Contracting Office Address: USPFO for Louisiana, 420 F Street, Camp Beauregard, Pineville, LA 71360 Point of Contact(s): tiffany.l.ford10.mil@army.mil, 318-290-5584, Tiffany Ford, Contract Specialist. or crystal.l.stiles2.mil@army.mil, 318-290-5933, Crystal L. Stiles, Supervisory Contract Specialist. Note: For your offer to be considered ensure the following: Pricing has been accurately and completely filled out Registration in SAM is current and accurate Pricing for all items listed and total of all items completed Representation selection has been made (#1 & #2). Submission made via email by the specified time and date.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/85050afc16214277820ea9625653efe7/view)
- Place of Performance
- Address: Pineville, LA 71360, USA
- Zip Code: 71360
- Country: USA
- Zip Code: 71360
- Record
- SN06420948-F 20220812/220810230115 (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 |