Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
SOLICITATION NOTICE

L -- Annual Technical Support for Green Hills Professional Integrated Development Environment Windows hosted network floating license and Professional Bundle 1 product line license with Options - Redacted Sole-Source Justification Memo

Notice Date
7/28/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFLCMC - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8307-15-R-0162
 
Archive Date
8/22/2015
 
Point of Contact
Wai P. Ng, Phone: 210-977-3159
 
E-Mail Address
wai.ng@us.af.mil
(wai.ng@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Redacted Sole-Source Justification Memo 1. This i s a combined synopsis / so licitation for c o m m e rcial it e m s/services prepared in accordance with the for m a t i n Subpart 1 2.6 of the Federa l Acquisition Regulations (FAR), as s u pp l e men t e d with add itional information included in thi s notice. This announcement constitutes the only so licit a tion ; no further wr i tten solicitation will be i s s u e d. The solicitation numb er FA8307-15-R-0162 is issued as a Reque s t for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13. The Air Force Life Cycle Managem e nt Ce n t e r, Cryptologic and Cyber Systems Division ' s Contract i ng Office (AFLCMC/HNCK), Joint Base San Antonio (JBSA)-Lack land TX, intends to award a Firm Fixed Price purchase order utili z i n g Simplified Acquisition Procedure s r es ulting from this solicitation. The solicitation document and incorporated provisions and clau ses a r e those in effec t through the Federal Acquisition C ir c ular 2005-76 a nd the Defense Federal Acquisition Regulation Supplement ( D F ARS) DPN 20 1 40805. The c lau ses and provi s ions referenced in thi s so li citat ion may be obtained i n full t ex t form lo ca ted at FAR Site, http: //fa r s it e. hill.af.mil. 2. The proposed contract action is for supplies/services for which the Government intends to solicit and negotiate with only one source IAW 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one (1) responsible source. No technical data/drawings/Technical Orders are available. The only known source is the Original Equipment Manufacturer, Green Hills Software, Inc., CAGE: 04LG3. The North American Indu s try C la ss ification System (NAICS) code is 541511 - Custom Computer Programming Services. The s i ze standard is $27,500,000 IA W FAR 52.219-1, Small Business Pro g ram Representation s (Oct 201 4). If a firm believes it is capable of meeting the Government's requirement, it may identify their interest and capability to the Contract Specialist within seven (7) days of this publication. Those interested firms must indicate whether they are a large, small, small-disadvantaged, 8(a) or woman owned business and whether they are U.S. or foreign owned. An AFLCMC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman, concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. IAW AFFARS 535 2. 20 1 - 9 1 0 1, the AFLCMC Ombudsman is Ms. Jill Willingham, GS-15, DAF, AFLCM C /AQP, Acquisition Excellence Directorate, 1790 10 th Street, Wright Patterson AFB OH 45433-7630, (937)255-5472 or DSN 785, email: jill.willinghamallen.1@us.af.mil. 3. The US Air Force i s seeking to acquire the following services : 1) Annual Technical Support for Green Hills Professional Integrated Development Environment Windows hosted network floating license; PoP: Award date through 29 Jun 2016 2) Annual Technical Support for Green Hills for Professional Bundle 1 product line license; PoP: Award date through 29 Jun 2016 3) Option 1: Same as item 1 above except PoP will be from 30 Jun 2016 through 29 Jun 2017 4) Option 1: Same as item 2 above except PoP will be from 30 Jun 2016 through 29 Jun 2017 5) Option 2: Same as item 1 above except PoP will be from 30 Jun 2017 through 29 Jun 2018 6) Option 2: Same as item 2 above except PoP will be from 30 Jun 2017 through 29 Jun 2018 7) Option 3: Same as item 1 above except PoP will be from 30 Jun 2018 through 29 Jun 2019 8) Option 3: Same as item 2 above except PoP will be from 30 Jun 2018 through 29 Jun 2019 9) Option 4: Same as item 1 above except PoP will be from 30 Jun 2019 through 29 Jun 2020 10) Option 4: Same as item 2 above except PoP will be from 30 Jun 2019 through 29 Jun 2020 4. In te r es t ed offerors must s ubmi t the ir repr e s e ntatio n s and certifications i n accordance w i th th e provi s i o n at FAR 52. 2 1 2-3 Offeror Representation s a n d Certificat i o n s-Co mm erc ial It em, w i th their quote. 5. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Apr 2014) FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable FAR 52.212-3, Offeror Representations and Certifications-Commercial Item (Mar 2015) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2015), to include the following clauses: (b) 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-13, and 52.232-33. FAR 52.217-08, Option to Extend Services (Nov 1999) Period of time, "30 days" FAR 52.217-09 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 year. FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) DFARS 252.203-7000, Requirements Relating To Compensation of Former DoD Officials (Sep 2011) DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Nov 2013) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014) DFARS 252.225-7001, Buy American and Balance of Payments Program-Basic (Nov 2014) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies On Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts For Commercial Items (Jun 2013) DFARS 252.247-7023, Transportation of Supplies By Sea-Basic (Apr 2014) 6. The Gove rnm e nt will award a s ingl e pur c ha se order r es ultin g from thi s RFQ i n acco rdanc e w ith th e r espo n s ibl e offeror w ho se offe r r ep r ese nt s th e best value in t e rm s of technical ca p ab ilit y/a cceptabi l ity and pri ce. 7. Qu otes must be r ece i ve d by 7 Aug 2015. S ubmit qu otes t o Mr. Wai Ng at wai.ng @ u s. af. m i l NOTE: SAM Registration: P rospect i ve awar d ee s hall be regi stere d in the Sys t em for Award Management (SAM) dat abase pri o r t o award. See contract cl ause 52.204 - 7 System for Award Management R eg i s trati o n (DE VIATIO N). Information o n regi s tration ma y b e obta in e d v i a t h e In t e rn et at: http://www.sam.gov or https://www.acquisition.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8307-15-R-0162/listing.html)
 
Record
SN03813255-W 20150730/150728235727-ee56f61bfed9f338d1a8523521e6cd89 (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.