Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2023 SAM #7858
SOLICITATION NOTICE

70 -- SOLE SOURCE - PROCORE SUBSCRIPTION RENEWAL

Notice Date
6/1/2023 2:10:41 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
513210 —
 
Contracting Office
W7N0 USPFO ACTIVITY SDANG 114 SIOUX FALLS SD 57104-0264 USA
 
ZIP Code
57104-0264
 
Solicitation Number
W50S9623Q0010
 
Response Due
6/3/2023 1:00:00 PM
 
Archive Date
06/18/2023
 
Point of Contact
Kurtis C Lunstra, Phone: 6059885933
 
E-Mail Address
kurtis.c.lunstra.mil@mail.mil
(kurtis.c.lunstra.mil@mail.mil)
 
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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation.� The attached solicitation documents and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2023-03.� This is a name brand sole source requirement and is NOT a small business set-aside. Request for Quotes: The South Dakota Air National Guard (SDANG) intends to issue a firm fixed price contract for renewal of subscription to Procore Technologies Project Management Pro� package in support of the ongoing 114th Fighter Wing (114FW) construction projects with an �Annual Construction Value� (ACV) of $20M. The Period of Performance shall be 12 months beginning on or about June 6th, 2023. Questions: All questions and quotes must be directed to Kurt Lunstra kurtis.lunstra@us.af.mil. All questions and answers must be in writing. Do not contact other Government personnel as this will only delay receipt of answers. All questions and the answers provided will be released to all eligible offerors on a non-attribution basis. All terms and conditions remain unchanged unless amended in writing. Evaluation:� 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 (i.e.: best value) based upon an integrated assessment of the following three evaluation factors: �Technical Approach, Past Performance, and Price.� Offerors are cautioned that award may not necessarily be made to the lowest priced offeror.� Note: �All non-priced factors combined are considered more important than price. System for Award Management (SAM):� Your company must have an active status in SAM.gov within 2 weeks of notification of potential award.� If not already registered in SAM, go to www.sam.gov to register prior to submitting a quote. �For assistance with your SAM registration, go to https://www.aptac-us.org/find-a-ptac/ to find a local Procurement Technical Assistance Center (PTAC) near you. Electronic Documents:� All electronic documents must NOT be ""secured"", ""locked"", or otherwise inaccessible.� Submitter risks rejection if documents prove inhospitable to viewing and evaluation.� Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. The selected Offeror must comply with the following Provisions and Clauses, which are incorporated herein by reference:� FAR 52.202-1, Definitions; FAR 52.203-5, Covenant Against Contingent Fees; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.203-7, Anti-Kickback Procedures; FAR 52.204-7, System for Award Management; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.212?1, Instructions to Offerors�Commercial Items; FAR 52.212?2, Evaluation�Commercial Items; FAR 52.212?3 Alternate I, Offeror Representations and Certifications�Commercial Items; FAR 52.212?4, Contract Terms and Conditions�Commercial Items; FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items; FAR 52.219-1, Small Business Program Representations; FAR 52.219?6 DEV, Notice of Total Small Business Set�Aside; FAR 52.219-14 DEV, Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222?21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Equal Opportunity for Workers With Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225?13, Restrictions on Certain Foreign Purchases; FAR 52.225-18, Place of Manufacture; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications; FAR 52.232-1, Payments; FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic Funds Transfer�System for Award Management; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-2, Service of Protest; FAR 52.233?3, Protest After Award; FAR 52.233?4, Applicable Law for Breach of Contract Claim; FAR 52.243-1, Changes � Fixed Price; FAR 52.244-6, Subcontracts for Commercial Items; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252?2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203?7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.204?7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.204-7016, Covered Defense Telecommunications Equipment of Services-Representation; DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232?7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232?7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications, DFARS 252.244-7001, Contractor Purchasing System Administration, DFARS 252.247?7023, Transportation of Supplies by Sea.� Provisions and Clauses for this synopsis/solicitation can be found in full text at http://www.acquisition.gov/.� Additional required clauses other than those listed above may be included as Addenda on the award document.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8733273503f441b5a2a0ffd2fb5d0f87/view)
 
Place of Performance
Address: Sioux Falls, SD 57104, USA
Zip Code: 57104
Country: USA
 
Record
SN06701810-F 20230603/230601230117 (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.