Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
SOLICITATION NOTICE

D -- Media Assessment Tool - Attahcments

Notice Date
8/28/2015
 
Notice Type
Cancellation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
 
ZIP Code
20762
 
Solicitation Number
FA7014-15-R-5016
 
Archive Date
9/29/2015
 
Point of Contact
David A. Burns, Phone: 240-612-6195, Vincent Dattilo, Phone: 240-612-6134
 
E-Mail Address
david.a.burns104.civ@mail.mil, vincent.dattilo@afncr.af.mil
(david.a.burns104.civ@mail.mil, vincent.dattilo@afncr.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Evaluation Criteria Instructions to Offerors Performance Work Statement The Air Force District of Washington Contracting Directorate, 1500 West Perimeter Dr, Suite 2750, Andrews AFB, MD 20762, intends to procure an Insider Threat Program. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is issued as Request for Proposal (RFP) No. FA7014-15-R-5016. The solicitation document; incorporated provisions and clauses are those in effect through FAC 2005-82. The North American Industry Classification System code is 511210 with a business size standard of $38,500,000. The proposed contract is a Full and Open competition. The U.S. Air Force issues this solicitation for: LINE ITEM 0001: Web-Based Media Assessment Tool EXTENDED DESCRIPTION: Includes 20 Social Media and 20 Concurrent Use Accounts. Refer to the Performance Work Statement (PWS) in the attached. Quantity: 1 Unite of issue: Each Period of performance: 30 September 15 through 29 September 16 Place of performance: 1690 Air Force Pentagon (5D1067) Washington DC 20330-1690 LINE ITEM 0002: Social MediaAccounts EXTENDED DESCRIPTION: Additional Accounts in Increments of twenty (20), Maximum sixty (60). Refer to the Performance Work Statement (PWS) in the attached. Quantity: 1 Unite of issue: Lot Period of performance: 30 September 15 through 29 September 16 Place of performance: 1690 Air Force Pentagon (5D1067) Washington DC 20330-1690 LINE ITEM 0003: Concurrent-Use Accounts EXTENDED DESCRIPTION: Additional Accounts in Increments of five (5), Maximum one hundred (100). Refer to the Performance Work Statement (PWS) in the attached. Quantity: 1 Unite of issue: Lot Period of performance: 30 September 15 through 29 September 16 Place of performance: 1690 Air Force Pentagon (5D1067) Washington DC 20330-1690 LINE ITEM 1001: Web-Based Media Assessment Tool EXTENDED DESCRIPTION: Includes 20 Social Media and 20 Concurrent Use Accounts. Refer to the Performance Work Statement (PWS) in the attached. Quantity: 1 Unite of issue: Each Period of performance: 30 September 16 through 29 September 17 Place of performance: 1690 Air Force Pentagon (5D1067) Washington DC 20330-1690 LINE ITEM 1002: Social MediaAccounts EXTENDED DESCRIPTION: Additional Accounts in Increments of twenty (20), Maximum sixty (60). Refer to the Performance Work Statement (PWS) in the attached. Quantity: 1 Unite of issue: Lot Period of performance: 30 September 16 through 29 September 17 Place of performance: 1690 Air Force Pentagon (5D1067) Washington DC 20330-1690 LINE ITEM 1003: Concurrent-Use Accounts EXTENDED DESCRIPTION: Additional Accounts in Increments of five (5), Maximum one hundred (100). Refer to the Performance Work Statement (PWS) in the attached. Quantity: 1 Unite of issue: Lot Period of performance: 30 September 16 through 29 September 17 Place of performance: 1690 Air Force Pentagon (5D1067) Washington DC 20330-1690 LINE ITEM 2001: Web-Based Media Assessment Tool EXTENDED DESCRIPTION: Includes 20 Social Media and 20 Concurrent Use Accounts. Refer to the Performance Work Statement (PWS) in the attached. Quantity: 1 Unite of issue: Each Period of performance: 30 September 17 through 29 September 18 Place of performance: 1690 Air Force Pentagon (5D1067) Washington DC 20330-1690 LINE ITEM 2002: Social MediaAccounts EXTENDED DESCRIPTION: Additional Accounts in Increments of twenty (20), Maximum sixty (60). Refer to the Performance Work Statement (PWS) in the attached. Quantity: 1 Unite of issue: Lot Period of performance: 30 September 17 through 29 September 18 Place of performance: 1690 Air Force Pentagon (5D1067) Washington DC 20330-1690 LINE ITEM 2003: Concurrent-Use Accounts EXTENDED DESCRIPTION: Additional Accounts in Increments of five (5), Maximum one hundred (100). Refer to the Performance Work Statement (PWS) in the attached. Quantity: 1 Unite of issue: Lot Period of performance: 30 September 17 through 29 September 18 Place of performance: 1690 Air Force Pentagon (5D1067) Washington DC 20330-1690 LINE ITEM 3001: Web-Based Media Assessment Tool EXTENDED DESCRIPTION: Includes 20 Social Media and 20 Concurrent Use Accounts. Refer to the Performance Work Statement (PWS) in the attached. Quantity: 1 Unite of issue: Each Period of performance: 30 September 18 through 29 September 19 Place of performance: 1690 Air Force Pentagon (5D1067) Washington DC 20330-1690 LINE ITEM 3002: Social MediaAccounts EXTENDED DESCRIPTION: Additional Accounts in Increments of twenty (20), Maximum sixty (60). Refer to the Performance Work Statement (PWS) in the attached. Quantity: 1 Unite of issue: Lot Period of performance: 30 September 18 through 29 September 19 Place of performance: 1690 Air Force Pentagon (5D1067) Washington DC 20330-1690 LINE ITEM 3003: Concurrent-Use Accounts EXTENDED DESCRIPTION: Additional Accounts in Increments of five (5), Maximum one hundred (100). Refer to the Performance Work Statement (PWS) in the attached. Quantity: 1 Unite of issue: Lot Period of performance: 30 September 18 through 29 September 19 Place of performance: 1690 Air Force Pentagon (5D1067) Washington DC 20330-1690 LINE ITEM 4001: Web-Based Media Assessment Tool EXTENDED DESCRIPTION: Includes 20 Social Media and 20 Concurrent Use Accounts. Refer to the Performance Work Statement (PWS) in the attached. Quantity: 1 Unite of issue: Each Period of performance: 30 September 19 through 29 September 20 Place of performance: 1690 Air Force Pentagon (5D1067) Washington DC 20330-1690 LINE ITEM 4002: Social MediaAccounts EXTENDED DESCRIPTION: Additional Accounts in Increments of twenty (20), Maximum sixty (60). Refer to the Performance Work Statement (PWS) in the attached. Quantity: 1 Unite of issue: Lot Period of performance: 30 September 19 through 29 September 20 Place of performance: 1690 Air Force Pentagon (5D1067) Washington DC 20330-1690 LINE ITEM 4003: Concurrent-Use Accounts EXTENDED DESCRIPTION: Additional Accounts in Increments of five (5), Maximum one hundred (100). Refer to the Performance Work Statement (PWS) in the attached. Quantity: 1 Unite of issue: Lot Period of performance: 30 September 19 through 29 September 20 Place of performance: 1690 Air Force Pentagon (5D1067) Washington DC 20330-1690 The contractor shall provide non-personal services, which shall include the following: personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and services in performance of this Performance Work Statement (PWS) in attachment 1 of this solicitation. All items are necessary to perform the tasks for the Media Assessment Tool as defined in this PWS except for those items specified as government furnished property and services. INSPECTION AND ACCEPTANCE TERMS: Services shall be accepted at AFDW A4/7 1500 West Perimeter Road, Joint Base Andrews, MD 20762 FAR PROVISIONS: The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. 52.252-1. Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the Offeror may identify the provision by paragraph identifier and provide the appropriate information with its proposal or offer. FAR 52.212-1, Instructions to Offerors-Commercial Items and the applicable Addendum to FAR 52.212-1 applies to this acquisition are as follows: 52.209-2,, 52.222-22, 52.222-25, 52.233-3: 1500 West Perimeter Dr, Ste 2750, Andrews AFB, MD 20762, 52.252-1: http://farsite.hill.af.mil//, 52.252-5: DFARS (Chapter 2), and 252.225-7000. EVALUATION PROCEDURES: 52.212-2: The contract will be awarded to the lowest price technically acceptable Offeror as determined by the Government in accordance with the requirement. Only those Offerors determined to be in compliance with the tasks and deliverables as stated in the PWS (Attachment 1) will be considered for award. If additional information is required to support price reasonableness, each Offeror may be required to provide a hard copy of their price break-down. Non-conformance with this requirement may result in the Offerors proposal being determined unacceptable FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, ALT I applies to this acquisition and Offeror(s) must include a completed copy of the representations and certifications with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil FAR CLAUSES: CLAUSES INCORPORATED BY REFERENCE 52.212-4 Contract Terms and Conditions--Commercial Items MAR 2009 52-219-3 52.223-11 Ozone-Depleting Substances MAY 2001 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (FEB 2010) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if the contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to the right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b) (i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (DEC 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d) (2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) Reserved. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 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)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.225-7048 Export-Controlled Items (June 2013) (a) Definition. ''Export-controlled items,'' as used in this clause, means items subject to the Export Administration Regulations (EAR) (15 CFR Parts 730-774) or the International Traffic in Arms Regulations (ITAR) (22 CFR Parts 120-130). The term includes-- (1) ''Defense items,'' defined in the Arms Export Control Act, 22 U.S.C. 2778(j)(4)(A), as defense articles, defense services, and related technical data, and further defined in the ITAR, 22 CFR Part 120; and (2) ''Items,'' defined in the EAR as ''commodities'', ''software'', and ''technology,'' terms that are also defined in the EAR, 15 CFR 772.1. (b) The Contractor shall comply with all applicable laws and regulations regarding export-controlled items, including, but not limited to, the requirement for contractors to register with the Department of State in accordance with the ITAR. The Contractor shall consult with the Department of State regarding any questions relating to compliance with the ITAR and shall consult with the Department of Commerce regarding any questions relating to compliance with the EAR. (c) The Contractor's responsibility to comply with all applicable laws and regulations regarding export-controlled items exists independent of, and is not established or limited by, the information provided by this clause. (d) Nothing in the terms of this contract adds, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations, including but not limited to-(1) The Export Administration Act of 1979, as amended (50 U.S.C. App. 2401, et seq.);(2) The Arms Export Control Act (22 U.S.C. 2751, et seq.);(3) The International Emergency Economic Powers Act (50 U.S.C. 1701, et seq.);(4) The Export Administration Regulations (15 CFR Parts 730-774);(5) The International Traffic in Arms Regulations (22 CFR Parts 120-130); and (6) Executive Order 13222, as extended.(e) The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts. 5352.201-9101 Ombudsman OMBUDSMAN (APR 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from Offerors, potential Offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, AFDW/PK Deputy at Phone # 240-612-6110, 1500 W Perimeter RD Suite 5750, Joint Base Andrews MD 20762. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman 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) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.242-9000 Contractor access to Air Force installations. (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and base access letter signed by the CO to obtain a vehicle pass.(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable.(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.(f) Failure to comply with these requirements may result in withholding of final payment.(End of clause) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) (a) Definitions. As used in this clause- (1) "Contract financing payment" and "invoice payment" have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) "Electronic form" means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area Work Flow (WAWF) or another electronic form authorized by the Contracting Officer. (3) "Payment request" means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (4) "Receiving report" means the data required by the clause at 252.246-7000, Material Inspection and Receiving Report. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when- (1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; (2) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System); (3) DoD makes payment for rendered health care services using the TRICARE Encounter Data System (TEDS) as the electronic format; or (4) When the Government wide commercial purchase card is used as the method of payment, only submission of the receiving report in electronic form is required. (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of clause) To be eligible for an award, all contractors must be registered and active in the System for Award Management (SAM) database. A contractor can contact the SAM at http://www.sam.gov. NO EXCEPTIONS. A Dun and Bradstreet (DUNS) number is required in order to register. The FAR clause web site is http://farsite.hill.af.mil. All proposals must be received by 14 September 2015, 1:00 pm EDT via e-mail to Vincent Dattilo at vincent.c.dattilo.civ@mail.mil, David Burns at david.a.burns104.civ@mail.mil, Darryl Barnes at darryl.d.barnes4.civ@mail.mil AND John M Jeffrey II at john.m.jeffrey.civ@mail.mil. Please include your CAGE code and DUNS number. Questions concerning this solicitation shall be addressed in writing no later than 2 Sep 2015, 10:00 am EDT to Vincent Dattilo, Contract Specialist, at vincent.c.dattilo.civ@mail.mil, David Burns, Contract Specialist, at david.a.burns104.civ@mail.mil and Darryl D. Barnes, Contracting Officer, at darryl.d.barnes4.civ@mail.mil. All submitted questions will be answered approximately by 4 September, 2015. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.eb.mil. ATTACHMENTS: 1. Attachment 1- PWS 2. Attachment 2 - Instrucions to offerors (ITO) 3. Attachment 3 - Evaluation Method and Criteria
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-15-R-5016/listing.html)
 
Place of Performance
Address: 1690 Air Force Pentagon (5D1067) Washington DC 20330-1690, Washington, District of Columbia, 20330, United States
Zip Code: 20330
 
Record
SN03861415-W 20150830/150828235341-94c097f4a0dce43bf536ee2cc8e2d46b (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.