MODIFICATION
70 -- Inactive Duty Lodging Platform
- Notice Date
- 6/8/2023 10:08:31 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- W7M6 USPFO ACTIVITY ILANG 182 GREATER PEORIA AIRPOR IL 61607-5004 USA
- ZIP Code
- 61607-5004
- Solicitation Number
- W50S7T23Q0007
- Response Due
- 7/11/2023 10:00:00 AM
- Archive Date
- 07/26/2023
- Point of Contact
- 2Lt Nicholas Marzinzik, Phone: 3096336239, SMSgt Ben Yeutson, Phone: 3096335204
- E-Mail Address
-
nicholas.marzinzik@us.af.mil, benjamin.yeutson@us.af.mil
(nicholas.marzinzik@us.af.mil, benjamin.yeutson@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation�for�commercial products�or�commercial services�prepared in accordance with the format in�subpart� 12.6 and 13.106, 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. PLEASE READ: This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make an award. If funds become available for award, and prices are deemed fair and reasonable, it is the Government's intent to make an award. This is not a commitment of funds or contract award. All quotes provided shall be marked �Quote current until 30 September 2023.� This solicitation, W50S7T-23-Q-0007 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04, effective 02 June 2023. This solicitation is a total small business set-aside. The associated North American Industry Classification System (NAICS) code is 513210 and the small business size standard is $47.0 million. Commercial Item Descriptions: CLIN0001 - Inactive Duty Lodging Reservation Platform, Qty: 1 EA; CLIN0002 - Annual Account Maintenance/System Upgrades, Qty: 1 EA; CLIN1001 FY24 Maintenance Upgrades; CLIN2001 FY25 Maintenance Upgrades; CLIN3001 FY26 Maintenance Upgrades; CLIN4001 FY27 Maintenance Upgrades. �Website and/or phone application accessible on a minimum of PC, Apple, and/or Droid platforms. Product would allow secure payment methods, reservations, and access by local lodging hotel contractors for inactive duty members. The product shall be delivered by 30 September 2023. The provision at 52.212-1, Instructions to Offerors-Commercial Products, applies to this acquisition and a statement regarding any addenda to the provision. The addendum for this provision is as follows: Responders should include all documents and information requested, submitted in accordance with the instructions herein. 2) �� Quotations shall be submitted prior to the close date and time of 11 July 2023 12:00 PM CST. Send an email with the quotation to the following contract specialist(s): 2d Lt Nicholas Marzinzik at nicholas.marzinzik@us.af.mil and SMSgt Benjamin B. Yeutson at benjamin.yeutson@us.af.mil 3) �� All questions regarding this RFQ shall be submitted via email to: 2d Lt Nicholas Marzinzik at nicholas.marzinzik@us.af.mil and SMSgt Benjamin B. Yeutson at benjamin.yeutson@us.af.mil. All questions are due by 28 June 2023 by 12:00 PM CST. The government is not obligated to answer questions. 4) The submission of the documentation specified below will constitute the offeror�s acceptance of the terms and conditions of the description of requirement in the RFQ. Questions should be posted by the due date listed above. It is the Government�s intention to award without discussion. Offerors are encouraged to present their best Quote and prices in their initial submission. The Government reserves the right to hold discussions. The provision at 52.212-2, Evaluations � Commercial Items, is applicable. Basis for award will be the quote who is most advantageous to the Government in accordance with factors. The Government intends to make a single firm-fixed price award. The following commercial item is requested in this solicitation: Inactive Duty Lodging Reservation Platform 1)��� 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: Technical Performance Pricing Past Performance Technical and past performance, when combined, are equally important when compared to price. 2)����� Options. The Government will evaluate offers for award purposed by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). ��������������� 3) ���� A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ADDENDUM TO FAR Part 52.212-2 Evaluation � Commercial Items (OCT 2014) This solicitation will be evaluated under Federal Acquisition Regulation (FAR) Part 13.� The solicitation will be solicited as a small business set aside through Contract Opportunities.� 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. Upon closing, the offers will be evaluated using factors that are most advantageous to the Government in accordance with the below evaluation criteria.� The following factors shall be used to evaluate offers: Factor 1-- Technical Performance: The contractor shall be responsible for ensuring their quote fully outlines the capability to adhere to the delivery deadline, quantities required, and specifications listed in the description of requirement.� Technical performance shall be found to be either acceptable or unacceptable based on the answers to the following questions: ��������������� Does the contractor have experience with the federal government in developing and creating software? Can the vendor provide up to three (3) relevant project examples that demonstrate ability to develop website and/or phone application required in section (vi), above? Is the product that is being provided either cloud-based or phone application based? The Government will determine the vendor to be Technically Acceptable only if all answers to the above questions (1 & 2) are �Yes�.� The final determination of whether an �or equal� will meet the needs of the Government lies with the Government.� If the contractor does not submit a product data sheet as required then the answer will automatically be �No.� Factor 2 � Pricing: The government will evaluate all technically acceptable offerors� prices. In terms of �price reasonableness�, the Government will focus on whether the price is too high or too low to be considered fair and reasonable.� In terms of �completeness�, the Government will focus on whether the price appears to cover all of the work identified in the description of requirement.� In terms of �balance�, the Government will focus on whether pricing is consistent with historical contract information and market research. Pricing will not be scored or rated and will not be considered unless the quotes technically acceptability in factor 1 are graded as acceptable.� Pricing shall include all aspects of the Inactive Duty Lodging Reservation Platform to include product, shipping, installation, design, maintenance, etc. that results in a usable product that includes payment options, reservations, and access by various users to include the Government local lodging hotel contractors, and inactive duty national guard members. Factor 3 � Past Performance: The government will only evaluate past performance in the case of a tie of an exactly same proposed requirement and exactly same price provided. The Offeror shall provide up to three (3) relevant projects or contracts that include all of the following instruction: Government Agency/Company who awarded the contract ii.��� Contract Number iii.�� Description of Services iv.� Contract Value v.�� Period of Performance vi.� Place of Performance vii. Contract Type viii. Current POC with current email address and phone number Failure to submit all the above information will render the Offeror non-compliant and ineligible for award. Relevancy: The ratings for past performance will include the following past performance relevancy ratings: Past performance is a measure of the degree to which an Offeror, as an organization, has in the past 3 years satisfied its customers, and efficiently and effectively managed their contracts, on projects of similar scope and magnitude. Past performance history shall be used to gauge the level of risk. An Offeror�s past performance will be assessed as very relevant, relevant, somewhat relevant, or not relevant.� Very relevant shall mean that present or past performance effort involved essentially the same scope and magnitude of effort and complexities that this solicitation requires.� Relevant shall mean that present or past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires.� Somewhat relevant shall mean that present or past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires. Not relevant shall mean that present or past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires.� The results may be utilized to determine the Offeror�s rating on past projects with Government or other customers. Offeror�s with no relevant performance history or for whom information on past performance is not available will receive a neutral rating. A neutral rating will be evaluated as a �pass� for the purposes of determining technical acceptability. In the investigation of an Offeror�s past performance, the Government has the right to contact former customers, government agencies, and other private and public sources of information. Offerors must either provide the below information or affirmatively state that it possesses no relevant, directly related, or similar past performance. In addition, the vendor shall send past performance questionnaires to three relevant customers. STANDARD: Pass: The standard is met when: the Offeror has not been Terminated for Cause/ Default on past Project(s) within the past 3 years, and either (1) the Offeror receives an �Acceptable� or �Neutral� rating on all past performance surveys sent out for the government or (2) the Offeror has no relevant past performance. Fail: The Offeror has been terminated for Cause/ Default on past project(s) within the past 3 years, or an �unacceptable rating was received on any past performance survey(s). A successful offeror shall include a completed copy of the provision at 52.212-3 Alt-1, Offeror Representations and Certifications � Commercial Items, with its offer and address the items listed within the addenda of this provision. 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 the clause are applicable to the acquisition, which include: FAR 52.209-6, Protecting the Government�s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor�Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity 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 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.247-34, F.O.B Destination The following provisions are incorporated into this solicitation by reference: FAR 52.204-16, Commercial and Government Entity Code Reporting. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation, included in the solicitation FAR 52.225-25, Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications. FAR 52.229-11, Tax on Certain Foreign Procurements�Notice and Representation Deviation 2023-O0002, Revision 1 DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7018, Prohibition on the Acquisition on Covered Defense Telecommunications Equipment or Services. DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations DFARS 252.225-7031, Secondary Arab Boycott of Israel. DFARS 252.252-7055, Representation Regarding business Operations with the Maduro Regime. The following clauses are incorporated into this solicitation 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 52.203-6,_Alternate I������������ FAR 52.203-7, Anti-Kickback Procedures.�������������� FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights.� FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards. FAR 52.204-18, Commercial and Government Entity Code 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 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.������� FAR 52.211-5, Material Requirements.�� FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services FAR 52.212-4, Alternate I FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services. FAR 52.212-5, Alternate I FAR 52.212-5, Alternate II FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-50, Combating Trafficking in Persons. FAR 52.222-50,_Alternate I��������� FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving.����� FAR 52.224-1 Privacy Act Notification. FAR 52.224-2 Privacy Act. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.229-12, Tax on Certain Foreign Procurements FAR 52.232-1 Payments. FAR 52.232-39 Unenforceability of Unauthorized Obligations. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors.������������ FAR 52.233-3 Protest after Award.���������� FAR 52.233-3_Alternate I������������� 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 Products and Commercial Services. FAR 52.246-1, Contractor Inspection Requirements. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7000, Disclosure of Information. DFARS 252.204-7003, Control of Government Personnel Work Product. DFARS 252.204-7006, Billing Instructions DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information. DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors. DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.211-7008, Use of Government-Assigned Serial Numbers. DFARS 252.225-7048, Export Controlled Items DFARS 252.215-7007, Notice of Intent to Resolicit. DFARS 252.215-7008, Only One Offer. DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons. DFARS 252.225-7001, Buy American and Balance of Payments Program. DFARS 252.225-7012, Preference for Certain Domestic Commodities. DFARS 252.225,-7021, Trade Agreements. DFARS 252.225-7048, Export Controlled Items. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010, Levies on Contract Payments. DFARS 252.239-7001, Information Assurance Contractor Training and Certification DFARS 252.244-7000, Subcontracts for Commercial Items. DFARS 252.247-7023, Transportation of Supplies by Sea. The following provisions are incorporated by full text: FAR 52.204-20, Predecessor of Offeror. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation. FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations � Representation. FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.212-1, Instructions to Offerors�Commercial Items DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services � Representation. DFARS 252.204-7017 � Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation. DFARS 252.225-7000, Buy American - Balance of Payments Program Certificate. DFARS 252.239-7098, Prohibition on Contracting to Maitain or Establish a Computer network Unless Such Network is Designed to Block Access to certain Websites � Representation (DEVIATION 2021-O0003. (Offerors shall include completed copies of the certifications within the following provisions with their offer.) The following clauses are incorporated by full text: FAR 52.217-8, Option to Extend Services. FAR 52.217-9, Option to Extend the Term of the Contract. FAR 52.246-2, Inspection of Supplies-Fixed-Price. FAR 52.246-18, Warranty of Supplies of a Complex Nature. FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. DFARS 252.232-7009 � Mandatory Payment by Government Purchase Card (xiii) The contractor shall provide a one year warranty for all products provided. (xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) All questions regarding this RFQ shall be submitted via email to 2d Lt Nicholas Marzinzik at nicholas.marzinzik@us.af.mil and SMSgt Benjamin B. Yeutson at benjamin.yeutson@us.af.mil. All questions are due by 28 June 2023 by 12:00 PM Central Standard Time (CST) and will be posted as an amendment to this solicitation via email on or about 29 June 2023. Quotes are due at 12:00 PM CST on Tuesday, 11 July 2023.� In the event that the Contract Opportunities portal is down or an offeror cannot post their quotes, send an email with the quotation to the following individuals: 2d Lt Nicholas Marzinzik at nicholas.marzinzik@us.af.mil and SMSgt Benjamin B. Yeutson at benjamin.yeutson@us.af.mil. (xvi) Information regarding the solicitation may be directed to the points of contact noted above.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/07c7b23c158342beab7b007aa4e3ec07/view)
- Place of Performance
- Address: Peoria, IL 61607, USA
- Zip Code: 61607
- Country: USA
- Zip Code: 61607
- Record
- SN06708567-F 20230610/230608230108 (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 |