Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
SOLICITATION NOTICE

R -- GFEBS SUPPORT SERVICES

Notice Date
6/1/2016
 
Notice Type
Presolicitation
 
Contracting Office
1792 12th Street, Ft Riley, KS 66502
 
ZIP Code
66502
 
Solicitation Number
W911RX-16-Q-0174
 
Response Due
6/10/2016
 
Archive Date
12/7/2016
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
Bids are being solicited under solicitation number W911RX-16-Q-0174. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 797043. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-06-10 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FT RILEY, KS 66502 The MICC Fort Riley requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Engineering Systems GFEBS Support for 1 Year ( See Scope of Work attached)., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Riley intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Riley is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. All of Fort Riley's buy terms apply to this solicitation. The following Combined Synopsis/Solicitation is a Request for Quote (RFQ)competed IAW FAR PART 13, Simplified Acquisition Procedures; FAR PART 12, and FAR PART 8 Commercial Items. Quotes failing to met all the terms and conditions of this solicitation; to include buy terms, line item descriptions, and attachments, may not be evaluated for award. One (1) firm-fixed price (FFP) contract will be awarded as a result of this solicitation. Any reference to the term ?BID? in this solicitation is used synonymously with the word ?QUOTE?. Please see FAR 13.004-Legal effect of quotations. Far Clause 52.219-6 and 52.219-6 Alternate 1 Notice of total Small Business Set Aside Alternate 1 is applicable when the SBA waived the non-manufacturer rule. See current Class Waivers at http://www.sba.gov/content/class-waivers. Interested Offerors should submit any questions concerning the solicitation at the earliest time possible to enable the Government to respond. Questions shall be submitted by using the 'Submit a Question' button. Questions not received prior to the close of this solicitation may not be considered. IAW 52.212-1(k): Unless exempted by an addendum to this solicitation, 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 resulting from this solicitation. If the Offeror does not become registered in the SAM database before the close of the solicitation, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. Registration information can be found at www.sam.gov. The applicable NAICS code for this procurement is 541519 with the related size standard of $25.5 Million The Offeror shall be actively registered with that NAICS or a similar NAICS with the appropriate size standard prior to Award to be considered for any resulting contract. Failure to be properly registered under the appropriate size standard during evaluation and/or at the time of award deems the offer ineligible for award. A similar NAICS Code with the appropriate size standard other than the NAICS Code identified in this buy term may be used as a factor to determine technical capability. (Size standards do not apply to unrestricted set-aside solicitation/RFQ). Quote shall be good for 30 calendar days from the date of the quote submission. In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors shall register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) at https://www.sam.gov. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL. The Government will award a firm fixed price 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: Price, technical capability, delivery and past performance of the item offered to meet the Government requirement. All evaluation factors other than Price, when combined, are as important as price. If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects brand name as well as the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by brand name and make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make to a product to in order for the product to conform to the solicitation requirements. Mark any descriptive changes to clearly show the modification. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. Offeror attachments (shall be returned as part of your quote). In addition to providing pricing, Offeror shall include certain non-pricing information as attached document(s) to their quote, so they are received no later than the closing date and time of this solicitation. Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. Pricing will not be accepted if it is included in the attachment(s). An Offeror?s failure to comply with these terms may result in the quote being determined incomplete. The incomplete quote will be considered not in conformance with the solicitation will be and shall not be evaluated. Far Clause 52.247-34 Free on Board (FOB) destination applies. Shipping shall be FOB destination CONUS (Continental U.S.), which means that the Offeror shall deliver the goods on its conveyance at the destination specified by the Government, and the Offeror is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination Delivery shall be made within the specified number of days after receipt of order (ARO). The Offeror shall provide within its offer the number of days required to make delivery after it receives a contract from the Government. The Contractor shall NOT make partial line item shipments against any resulting contract issued as a result of this solicitation unless otherwise specified within the quote submitted. The Federal Acquisition Regulation (FAR) and Department of Defense Federal Acquisition Regulations (DFARS) are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far Provisions: 52.204-7, 52.207-2, 52.211-6,52.212-1, 52.212-3,52.222-22, 52.209-2, 52.223-18, 252.203-7005, 252.206-7000 Clauses: 52.204-10,52.204-13, 52.204-13, 52.209-10, 52.212-4, 52.212-5, 52.219-28, 52.222-3, 52.222-19, 52.222-21,52.222-26, 52.222-50, 52.222-51, 52.223-18, 52.225-13, 52.252-2, 52.232-23, 52.232-39,52.233-3, 252.201-7000, 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7004 Alt A,252.223-7008, 252.225-7001, 252.225-7002, 252.232-7003, 252.232-7006, 252.243-7001, 252.244-7000, 252.225-7036 (Alternate I: ($25,000 to $49,999),52.222-36 Solicitations and Contracts valued at $30,000 or above: 52.209-6 Solicitations and Contracts valued at $100,000 or above: 52.222-35 and 52.222-37, When applicable: FAR Clause 52.223: 15-Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). DFARS Clause 252.204-7000: Disclosure of Information (August 2013) The Federal Acquisition Regulation (FAR) and Department of Defense Federal Acquisition Regulations (DFARS) are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. Provisions: 52.204-7, 52.207-2, 52.212-1, 52.212-3,52.222-22, 52.209-2, 52.223-18, 252.203-7005, 252.206-7000 Clauses: 52.204-9, 52.204-10, 52.204-13, 52.209-10, 52.212-4, 52.212-5, 52.217-6, 52.217-8, 52.217-9, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.222-51, 52.223-18, 52.225-13, 52.252-2, 52.252-6, 52.232-19, 52.232-23, 52.232-39, 52.233-3, 52.237-2, 52.237-3, 252.201-7000, 252.203-7000, 252.203-7002, 252.204-7000(when applicable), 252.204-7003, 252.204-7004 Alt A, 252.223-7008, 252.225-7001, 252.225-7002, 252.232-7003, 252.232-7006, 252.243-7001, 252.244-7000, 252.225-7036 (Alternate I: ($25,000 to $49,999),Alternate II,($50,000 to $79,506), Alternate III:($79,507 to $100,000)) Solicitations and Contracts valued at $15,000 or above: 52.222-36 Solicitations and Contracts valued at $30,000 or above: 52.209-6 Solicitations and Contracts valued at $100,000 or above: 52.222-35 and 52.222-37, When applicable: FAR Clause 52.223: 15-Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). DFARS Clause 252.204-7000: Disclosure of Information (August 2013) The Federal Acquisition Regulation (FAR) and Department of Defense Federal Acquisition Regulations (DFARS) are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items with optional period of performance that extends beyond the base term. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. Clauses: 52.217-6, 52.217-8, 52.217-9, 52.232-19, 252.232-7007, FedBid is NOT a forum for filing protests against the Government. Attempts to file protests through FedBid will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. To be timely, protests shall be filed within the periods specified in FAR 33.10. 1) All agency-level protests should be sent to the Contracting Officer for resolution. 2) The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road RM: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil No protest under FAR Subpart 33.1 is authorized in connection with the issuance or proposed issuance of an order under a task-order contract or delivery-order contract, except for: (1) A protest on the grounds that the order increases the scope, period, or maximum value of the contract; or (2) A protest of an order valued in excess of $10M. Protests of orders in excess of $10M may only be filed with the Government Accountability Office (GAO) in accordance with the procedures at 33.104. The authority to protest the placement of an order under (a)(10)(i)(B) of this section expires on September 30, 2016, for agencies other than DoD, NASA, and the Coast Guard (41 U.S.C. 4103(d) and 41 U.S.C. 4106(f)). The authority to protest the placement of an order under (a) (10)(i)(B) of this section does not expire for DoD, NASA, and the Coast Guard. AFARS 5116.5(b) (c) Each HCA shall designate a task and delivery order ombudsman for the contracting activity. The ombudsman shall be a senior official, who is independent of the Contracting Officer and may be the Special Competition Advocate. The ombudsman shall be responsible for reviewing complaints from the contractors under multiple award task or delivery order contracts and ensuring that all the contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. Summarize: the ombudsman will only determine if the government gave fair opportunity to a vendor who files a complaint. [AFARS Revision #25, Item XIII, dated April 1, 2010] IAW 52.212-1(g Contract award (not applicable to Invitation for Bids) 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. Please contact the following for any concerns regarding the solicitation and/or award of this requirement: Jennifer Pacheco Contracting Officer MICC - Fort Riley Com: (785) 239-4586 Email: Kimberly.d.cavenaugh.civ@mail.mil Under FAR Part 12 Streamlined Procedures for Commercial Acquisitions, a debrief is not required. The Government will not offer a debrief for this requirement. Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ?late? and may not be considered IAW with 52.212-1(f). At any time during and/or closing of the solicitation, all clarifications, discussions, or changes (as applicable) will be conducted ONLY by the Contracting Officer, MICC Fort Riley, Kansas. Any correspondence (electronic or verbal) presented to the vendor marketplace during the solicitation period by the FEDBID Staff, to include Quality Assurance, will be rejected by the Contracting Officer. No FEBBID correspondence will be accepted by MICC Fort Riley without prior coordination and approval from the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0e5958e8ab2216cc9947375586c7bbc4)
 
Place of Performance
Address: FT RILEY, KS 66502
Zip Code: 66502
 
Record
SN04134025-W 20160603/160601234319-0e5958e8ab2216cc9947375586c7bbc4 (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.