Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
SOLICITATION NOTICE

70 -- AFSOC JTAC Simulator Software - (Draft) - (Draft)

Notice Date
3/26/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334614 — Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
F2FT245068A001
 
Archive Date
4/21/2015
 
Point of Contact
Michael D Wenrick, Phone: 850-884-6007
 
E-Mail Address
michael.wenrick@hurlburt.af.mil
(michael.wenrick@hurlburt.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1 Bid Schedule Attachment 2 Contractor Information This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. Anticipated award will be the result of Small Business set-aside. Proposals are being requested and written solicitations will not be issued. Solicitation Number F2FT245068A001 is hereby issued as a Request for quote. This combined synopsis/solicitation and incorporated provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-80, effective 2 Mar Oct 2015. The North American Industry Classification System (NAICS) code for this project is 334614 and Standard Industrial Classification (SIC) code 7372. The Size Standard for NAICS 334614 is 750 Employees. This acquisition is solicited as a 100% set-aside for Small Business Concerns The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide UNIT System METAVR Sofware Current Expiration System BSI Sofware Expiration New Expiration Date for Both Software Packages 1 STTS AJS VRSG Dongle ID AJS MACE Dongle ID MACE Update # 4475-6644 12/31/2014 JTAC IOS 1841158760 Update #2 12/31/2014 12/31/2015 17195-27829 12/31/2014 RP IOS 1841125996 Update #2 12/31/2014 12/31/2015 53832-15770 12/31/2014 12/31/2015 61051-4471 12/31/2014 12/31/2015 2 23 STS AJS 13880-23677 12/31/2014 JTAC IOS 1974737504 Update #3 12/31/2014 12/31/2015 56475-4459 12/31/2014 RP IOS 2243304013 Update #3 12/31/2014 12/31/2015 46008-4116 12/31/2014 12/31/2015 41953-30743 12/31/2014 12/31/2015 3 320 STS AJS 22368-27177 02/28/2015 JTAC IOS 2521191945 Update #2 02/28/2015 12/31/2015 31532-23974 02/28/2015 RP IOS 2523944456 Update #2 02/28/2015 12/31/2015 39675-13438 02/28/2015 12/31/2015 62755-19238 02/28/2015 12/31/2015 4 321 STS AJS 34307-28122 02/28/2015 JTAC IOS 2521257478 Update #2 02/28/2015 12/31/2015 6833-29676 02/28/2015 RP IOS 2389792317 Update #2 02/28/2015 12/31/2015 10988-2468 02/28/2015 12/31/2015 4407-13297 02/28/2015 12/31/2015 5 21 STS AJS 64973-21795 02/28/2015 JTAC IOS 2523977223 Update #2 02/28/2015 12/31/2015 21495-29292 02/28/2015 RP IOS 2524108293 Update #2 02/28/2015 12/31/2015 6951-25130 02/28/2015 12/31/2015 43489-21932 02/28/2015 12/31/2015 6 17 STS AJS 5912-32581 06/30/2015 JTAC IOS 2524042764 Update #2 06/30/2015 12/31/2015 16107-5137 06/30/2015 RP IOS 2521290245 Update #2 06/30/2015 12/31/2015 14764-9380 06/30/2015 12/31/2015 2538-25024 06/30/2015 12/31/2015 7 22 STS AJS 32649-30728 06/30/2015 JTAC IOS 2521126412 Update #2 06/30/2015 12/31/2015 64621-27063 06/30/2015 RP IOS 2523977228 Update #2 06/30/2015 12/31/2015 32972-1066 06/30/2015 12/31/2015 57809-29620 06/30/2015 12/31/2015 8 26 STS ASJ 17326-3415 06/30/2015 JTAC IOS 2521060872 Update #2 06/30/2015 12/31/2015 5184-26947 06/30/2015 RP IOS 2524108295 Update #2 06/30/2015 12/31/2015 61041-21032 06/30/2015 12/31/2015 43861-28759 06/30/2015 12/31/2015 9 724 STG AJS 27636-3990 09/30/2015 JTAC IOS 2524141065 Update #2 09/30/2015 12/31/2015 16246-28968 09/30/2015 RP IOS 2521224712 Update #2 09/30/2015 12/31/2015 61130-3776 09/30/2015 12/31/2015 22983-17513 09/30/2015 12/31/2015 Delivery Terms are FOB destination. The following provisions and clauses apply to this solicitation and will remain in full force in any resultant award: 52.204-7 -- System for Award Management. As prescribed in 4.1105(a)(1), use the following provision: System for Award Management (Jul 2013) (a) Definitions. As used in this provision- "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the System for Award Management (SAM) database" means that- (1) The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; and (2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. (4) The Government has marked the record "Active". (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov. (End of Provision) FAR 52.212-1, Instructions to Offerors - Commercial Items (Jul 2013) is amended to read: Offeror shall submit signed and dated offer to 24 SOW/PK, Attn: Michael Wenrick, 121 Terry Avenue, Hurlburt Field FL 32544, by 6 Apr 2015, 2:00 p.m. CST. Submit signed and dated Offer Schedule marked with solicitation number FA441-15-R-0003. The offeror may submit an electronic copy of their signed and dated offer via e-mail to Michael.wenrick@hurlburt.af.mil with the solicitation number in the subject block. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Facsimile proposals will not be accepted. Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Proposal below. The Government anticipates the award of one contract from this solicitation to the responsible offerors 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: (i) Technical capability (ii) Price. Technical capability is approximately equal to price. The Government will award a Firm Fixed Price - Purchase Order to the technically-acceptable and responsible offeror(s) with the lowest priced offer. The offeror shall submit a completed "Bid scheduled"(attachment 1). Technical acceptability will be determined by the following: 1. Meeting the excact software stated above and attachment 1 of this solicitation. FAR 52.212-3, Offeror Representations and Certifications (Aug 2013) - Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (June 2005) apply to this Request for Proposal and the offeror must include a completed copy of these provisions with their proposal or indicate (with DUNS Number) that current information is available on the federal government website ORCA (htpps://www.sam.gov) The full text of these clauses and provisions may be accessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. The offeror may access the current replacement site for ORCA, the System for Award Management (SAM), at (https://www.sam.gov/portal/public/SAM/) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jul 2013) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Sep 2013) apply to this Request for Proposal. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (Nov 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). Alternate I (Mar 2012) of 52.225-3. Alternate II (Mar 2012) of 52.225-3. Alternate III (Nov 2012) of 52.225-3. 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). Required when 52.222-35 is used 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). Alternate I (Dec 2007) of 52.223-16. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). 52.225-5, Trade Agreements (Nov 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.215-20, Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data (Oct 2010) 52.215-21, Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data - Modifications. (Oct 2010) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. AFFARS 5352.201-9101 OMBUDSMAN (NOV 2012) (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Lt Col Gerald I Ray, HQ AFSOC/A7K, 427 Cody Avenue, Suite 225, Hurlburt Field, FL 32544; Phone: (850) 884-3990, fax: (850) 884-2476.. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. List of Attachments: 1. Bid Schedule (Must be filled in) 2 Contractor Information (Must be filled in)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2FT245068A001/listing.html)
 
Place of Performance
Address: Hurlburt Field, Hurlburt Field, Florida, 32547, United States
Zip Code: 32547
 
Record
SN03680929-W 20150328/150327000340-f3c4a705c02d958d2f959aad1d2fe561 (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.