Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
MODIFICATION

70 -- Search and Rescue Incident Managment Software

Notice Date
1/28/2010
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4AT609308A001_SAR_Software
 
Archive Date
2/24/2010
 
Point of Contact
Kyle Paul Lauricella, Phone: 850-283-9625, Dustin L. Dallis, Phone: 8502833648
 
E-Mail Address
Kyle.Lauricella@Tyndall.af.mil, dustin.dallis@tyndall.af.mil
(Kyle.Lauricella@Tyndall.af.mil, dustin.dallis@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation reference number is F4AT609308A001 and is issued as a Request for Quote (RFQ). This solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-35. This acquisition is being conducted as a 100% Total Small Business set-aside using the North American Industry Classification System (NAICS) code of 511210. The business size standard is $25.0 Million. DESCRIPTION: The Contractor shall provide the Air Force Rescue Coordination Center (AFRCC) with a software product allowing unlimited licenses and distribution by the AFRCC and software maintenance support to a Search and Rescue Incident Management System (SIM) in direct support of the US Inland Search and Rescue Mission. Contractor shall submit quotes on the following contract line item number: Contract Line Item Number (CLIN): CLIN 0001: Search and Rescue Incident Management Software (SIMS) Qty 1 @ _______ Period of Performance: Date of Award - 12 months after Date of Award The Contractor shall provide search and rescue incident management software (SIMS) in accordance with IAW the attached Performance Work Statement (PWS). The Contractor shall include 24/7 phone support in accordance with paragraph 1.4.1. of the PWS in the cost of the software. The delivery date of the software shall be no later than 1 April 2010. The below CLINS will be included in the resultant contract and will be negotiated at the time the periodic maintenance and travel is required. The Contractor will not quote the below CLINs until the services are required. CLIN 0002 Periodic Maintenance Estimated: 35,000 Period of Performance: Date of Award - 12 months after Date of Award The Contractor shall perform periodic maintenance IAW paragraphs 1.4 through 1.4.2.6. of the PWS. The cost of periodic maintenance shall be negotiated at the time the maintenance is required. CLIN 0003 Reimbursable Travel Estimated: $15,000 Period of Performance: Date of Award - 12 months after Date of Award The Contractor shall be reimbursed for travel performed IAW paragraphs 4.1 through 4.1.1 of the PWS. Only the actual cost of the travel shall be reimbursed. Profit and G&A will not be paid. CLIN 1002 Periodic Maintenance (Option Year I) Estimated: $35,000 CLIN 1003 Reimbursable Travel (Option Year I) Estimated: $15,000 CLIN 2002 Periodic Maintenance (Option Year I) Estimated: $35,000 CLIN 2003 Reimbursable Travel (Option Year I) Estimated: $15,000 CLIN 3002 Periodic Maintenance (Option Year I) Estimated: $35,000 CLIN 3003 Reimbursable Travel (Option Year I) Estimated: $15,000 CLIN 4002 Periodic Maintenance (Option Year I) Estimated: $35,000 CLIN 4003 Reimbursable Travel (Option Year I) Estimated: $15,000 Delivery is FOB DESTINATION The Government anticipates awarding a contract on a best value basis. The Government reserves the right to award to other than the lowest offeror. 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: 1. Technical capability of the item offered to meet the Government requirement 2. Past Performance 3. Price To be determined technically acceptable, offerors parties shall submit a CD demonstrating the proposed software along with their price quote. The submitted software shall meet the requirements of paragraphs 1.3 through 1.3.2.7.2 of the PWS. Offerors shall include descriptive literature that explaining the functional capabilities of their product. Options. The Government will evaluate offers for award purposes 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). 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. The following FAR, DFARS, and AFFARS provision/clauses apply to this solicitation: Clauses may be accessed electronically in full text through http://www.farsite.hill.af.mil. 52.204-4 - Printed or Copied Double- Sided on Recycled Paper (AUG 2000) 52.203-3 - Gratuities (APR 1984) 52.203-6 - Restrictions on Subcontractor Sales to the Government (SEP 2006) 52.212-1 - Instructions to Offerors-Commercial Items (JUN 2008) 52.212-3 -Offeror Representations and Certifications -Commercial Items Alt I (APR 2002) 52.212-4 - Contract Terms and Conditions - Commercial Items (MAR 2009) 52.212-5 - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEC 2009) 52.213-2 - Notice to Supplier (APR 1984) 52.217-8- Option To Extend The Services (NOV 1999) 52.217-9- Option to Extend The Term of The Contract (MAR 2000) 52.219-6 - Notice of Total Small Business Set-Aside (JUN 2003) 52.219-8 - Utilization of Small Business Concerns (MAY 2004) 52.219-14- Limitations On Subcontracting (DEC 1996) 52.219-28 - Post-Award Small Business Program Representation (APR 2009) 52.222-3 - Convict Labor (JUN 2003) 52.222-19 - Child Labor - Cooperation with Authorities and Remedies (AUG 2009) 52.222-21 - Prohibition of Segregated Facilities (FEB 1999) 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) 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 (SEP2006) 52.222-41 - Service Contract Act of 1965 (NOV 2007) 52.222-42- Statement of Equivalent Rates for Federal Hires (MAY 1989) The following is provided for information only: Skill Code GS-Grade Pay Rate Computer Programmer IV GS-11 $30.24 Computer Operator Analyst II GS-11 $30.24 52.222-43- Fair Labor Standards Act and Service Contract Act- Price Adjustment (Multiple Year and Option Contracts (SEP 2009) 52.222-50- Combating Trafficking in Persons (FEB 2009) 52.225-13- Restrictions on Certain Foreign Purchases (JUN 2008) 52.227-2- Notice and Assistance Regarding Patent and Copyright Infringement (DEC 2007) 52.227-19 - Commercial Computer Software License (DEC 2007) 52.232-18- Availability of Funds (APR 1984) 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.233-3- Protest After Award (AUG 1996) 52.233-4 - Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.239-1 - Privacy or Security Safeguards (AUG 1996) 52.247-34 - F.O.B. Destination (NOV 1991) 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) (FEB 1998) 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) (FEB 1998) 252.203-7000-Requirments Relating to Compensation of Former DOD Officials (JAN 2009) 252.212-7000-Offerer Representations and Certifications- Commercial Items (JUN 2005) 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2009) 252.225-7001-Buy American Act and Balance of Payment Program (JAN 2009) 252.225-7002- Qualifying Country Sources as Subcontractors (APR 2003) 252.225-7012 - Preference for Certain Domestic Commodities (DEC 2008) 252.227-7015 - Technical Data - Commercial Items (NOV 1995) 252.227-7037 - Validation of Restrictive Markings On Technical Data (SEP 1999) 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports(MAR 2008) 252.243-7001 - Pricing of Contract Modifications (DEC 1991) 252.243-7002 - Requests for Equitable Adjustments (MAR 1998) 252.247-7023- Transportation of Supplies by Sea (MAY 2002) 5352.201-9101 - Ombudsman (AUG 2005) 5352.242-9000 - Contractor Access to Air Force Installations (AUG 2007) WAWF-Local Clause Attachments: 1. PWS 2. Department of Labor Wage Determination #2005-3007 (Revision 9) Department of Labor Wage Determination 2005-3007 (Rev.9) applies to this RFQ. In compliance with the Service Contract Act of 1965, as amended, 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. Quotes shall be marked with the solicitation number, date and time. Facsimile and e-mail quotes will not be accepted. Offerors shall include with their quote, their CAGE CODE and tax identification number. Offerors shall also identify any exception to the solicitation requirements and explain the reason for why they take exception. Mail quotes to: 325th Contracting Squadron/LGCB, Attention: A1C Lauricella, 501 Illinois Ave, Ste 5, Tyndall AFB, FL 32403. Quotes and Software CDs are due no later than 9 Feb 10, 1400 hours, Central Standard Time. The anticipated award date is shortly after receipt of quotes. Offerors may complete the Online Offeror Representations and Certifications Application (ORCA). Please refer to https://orca.bpn.gov/ for information regarding ORCA. NOTE: ALL OFFERORS SHALL BE REGISETERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements can be found at https://www.bpn.gov/ccr/default.aspx or by calling the CCR Registration Center at 1-866-606-8220. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. Please send any quotes/questions to the POCs listed in this posting NO LATER THAN 3 February 2009, 1:00 PM (CST). Anticipated award date is shortly after receipt of quotes. Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4AT609308A001_SAR_Software/listing.html)
 
Place of Performance
Address: Tyndall AFB, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02052525-W 20100130/100128235602-a7a75214b7444f36cb5f246edb8eebc4 (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.