Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOLICITATION NOTICE

70 -- Cauldron Software - Attachments

Notice Date
7/14/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-15-Q-0257
 
Archive Date
8/5/2015
 
Point of Contact
Jenna A. Tarbania, Phone: 315-330-2260, Richard C Childres, Phone: 315-330-4194
 
E-Mail Address
Jenna.Tarbania@us.af.mil, richard.childres@us.af.mil
(Jenna.Tarbania@us.af.mil, richard.childres@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Reps & Certs Brand Name justification 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 (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 FA8751-15-Q-0257 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20150626. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being solicited on an unrestricted basis with regard to size standard. For reference, the NAICS code is 511210 and small business size standard of $38.5M in average annual revenue. The contractor shall provide the item listed below on a Firm Fixed Price basis, including the cost of shipping FOB destination. Brand Name only will be considered. See the attached limited sources justification (Attachment 1). ITEM: CAULDRON software QTY: 1 DESCRIPTION: CyVision Technologies CAULDRON software with first year service and support Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The anticipated delivery date is 30 days after contract award. All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY 13441. INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET) 21 July 2015. Submit by email to jenna.tarbania@us.af.mil or by mail to AFRL/RIKO, Attn: Jenna Tarbania, 26 Electronic Parkway, Rome NY 13441-4514, or by facsimile to: 315-330-2555. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate the capability of the solution being offered. Include product literature and other documentation necessary to (i) demonstrate compliance with the specifications, and (ii) verify authenticity of the products being offered and the sourcing method to be used. (b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) System for Award Management (SAM). Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. EVALUATION The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) Price and (ii) Technical Acceptability, When combined, technical acceptability and price are approximately equal in importance. The Government intends to award a contract to the lowest priced, technically acceptable offeror. TERMS AND CONDITIONS Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; Alternate I. The offeror is required to complete representations and certifications found in the provisions at 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law-Fiscal Year 2015 Appropriations (DEVIATION 2015-O0005) (DEC 2014). For your convenience all referenced certifications are attached to this solicitation, ATTACHMENT 2. 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. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment By Electronic Funds Transfer-System For Award Management The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-34 FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-O0010) 252.204-7011, Alternative Line Item Structure 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7031, Secondary Arab Boycott of Israel 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.232-7006, Wide Area Workflow Payment Instructions 252.239-7017 Notice Of Supply Chain Risk 252.239-7018 Supply Chain Risk 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea 252.247-7024, Notification of Transportation of Supplies by Sea 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407, email: Barbara.Gehrs@us.af.mil. Requirement specific guidance is provided for the following clauses: 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. NOTE: In order to receive a contract award, if issued, the successful offeror must be actively registered in System for Award Management (SAM) https://www.sam.gov. All responsible sources may submit a quote which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-15-Q-0257/listing.html)
 
Record
SN03796214-W 20150716/150714235422-b81fac82171f4fffb1ee2fb68f0050cd (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.