Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
SOLICITATION NOTICE

R -- Annual Software Maintenance and Support - Requirements

Notice Date
1/21/2010
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-10-M-R019
 
Archive Date
2/16/2010
 
Point of Contact
Jacquelyn F. Benedict, Phone: 315-330-3270
 
E-Mail Address
jacquelyn.fleet@rl.af.mil
(jacquelyn.fleet@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Requirements This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-10-M-R019 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20091229. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set-aside under NAICS code 541511 and small business size standard of $25 million. The contractor shall provide the following items on a firm fixed price basis: See the attached excel document for the required maintenance. Note: Funds are not currently available for this procurement; therefore, FAR 52.232-18, Availability of Funds applies to the acquisition. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The maintenance period shall cover 1 January 2010 - 31 December 2010; however, the peiod of performance for the award will be the date of contract award to 31 December 2010. The place of delivery, acceptance and FOB destination point is F4HBM3/Transportation Officer Depot 2, 148 Electronic Parkway, Rome, NY 13441-4516. The provision at 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals/quotes are due at or before 3PM, 1 February 2010. Submit to: AFRL/RIKO, Attn: Jacquelyn Benedict, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-3270 or by email to jacquelyn.fleet@rl.af.mil. Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation -- Commercial Items (Jan 1999) applies. Paragraph (a) - The following evaluation factors be used to evaluate offers: Price only. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (AUG 2009) and ALT I (APR 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their proposal. For your convenience, paragraph (b) of 52.212-3 is attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (MAR 2009), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (AUG 2009), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: ___ 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) ___ 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) ___ 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) ___ 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) _X__ 52.219-6, Notice of Total Small Business Aside (June 2003) ___ Alternate I (Oct 1995) of 52.219-6. ___ Alternate II (Mar 2004) of 52.219-6. ___ 52.219-7, Notice of Partial Small Business Set-Aside (June 2003). ___ Alternate I (Oct 1995) of 52.219-7. ___ Alternate II (Mar 2004) of 52.219-7. ___ 52.219-8, Utilization of Small Business Concerns (May 2004) ___ 52.219-9, Small Business Subcontracting Plan (Apr 2008) ___ Alternate I (Oct 2001) of 52.219-9. ___ Alternate II (Oct 2001) of 52.219-9. ___ 52.219-14, Limitations on Subcontracting (Dec 1996) ___ 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) ___ 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ Alternate I (June 2003) of 52.219-23. ___ 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) ___ 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) ___ 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) _X__ 52.219-28, Post Award Small Business Program Representation (April 2009) (15 U.S.C. 632(a)(2)) _X__ 52.222-3, Convict Labor (June 2003) ___ 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) _X__ 52.222-21, Prohibition of Segregated Facilities (Feb 1999) _X__ 52.222-26, Equal Opportunity (Mar 2007) ___ 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) _X__ 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) ___ 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) ___ 52.222-54, Employment Eligibility Verification (Jan 2009). ___ 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2008) ___ Alternate I (May 2008) of 52.223-9 ____ 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) ____ 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) ____ Alternate I (DEC 2007) of 52.223-16. ___ 52.225-1, Buy American Act--Supplies (Feb 2009) ___ 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009) ___ 52.225-5, Trade Agreements (Aug 2009) _X__ 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) ___ 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) ___ 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) ___ 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) ___ 52.232.30, Installment Payments for Commercial Items (Oct 1995) _X__ 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) ___ 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999) ___ 52.232-36, Payment by Third Party (May 1999)(31 U.S.C. 3332) ___ 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a) ___ 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) ___ Alternate I (Apr 2003) of 52.247-64 ___ 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) ___ 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) ___ 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) ___ 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Feb 2002) ___ 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) ___ 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) ___52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). ___ 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009), applies to this acquisition. The following additional FAR and DFARs clauses cited in the clause are applicable to this acquisition: _____ 52.203-3 Gratuities (APR 1984) __X___ 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) _____ 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991) _____ 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) (APR 2007) _____ 252.219-7004 Small Business Subcontracting Plan (Test Program) (AUG 2008) _____ 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) _____ 252.225-7012 Preference for Certain Domestic Commodities (DEC 2008) _____ 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) _____ 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (MAR 2006) _____ 252.225-7021 Trade Agreements (JUL 2009) _____ 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales (APR 2003) _____ 252.225-7028 Exclusionary Policies and Practices of Foreign Governments (APR 2003) _____ 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL 2009) _____ 252.225-7038 Restriction on Acquisition of Air Circuit Breakers (JUN 2005) _____ 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) _____ 252.227-7015 Technical Data--Commercial Items (NOV 1995) _____ 252.227-7037 Validation of Restrictive Markings on Technical Data (SEP 1999) __X___ 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) _____ 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) _____ 252.247-7003 Pass-Through Of Motor Carrier Fuel Surcharge Adjustment To The Cost Bearer (Jul 2009) _____ 252.243-7002 Requests for Equitable Adjustment (MAR 1998) __X___ 252.247-7023 Transportation of Supplies by Sea, Alternate III (MAY 2002) __X___ 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) The following additional DFARs provisions and clauses also apply: 252.232-7010, Levies on Contract Payments (Dec 2006) 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a proposal, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-M-R019/listing.html)
 
Record
SN02046403-W 20100123/100121234838-7eeb26129991a848b06d151a183a6614 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.