Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2016 FBO #5361
MODIFICATION

D -- Combined Synopsis Solicitation – Rapid Mobile Application Development Services

Notice Date
7/26/2016
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Eustis (Joint Base Langley-Eustis), Building 705, Washington Blvd, Fort Eustis, Virginia, 23604-5538, United States
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-16-T-0015
 
Archive Date
8/23/2016
 
Point of Contact
Cheron Bright, Phone: 7575018138, John H Meyers, Phone: 7575018154
 
E-Mail Address
cheron.r.bright.civ@mail.mil, john.h.meyers8.civ@mail.mil
(cheron.r.bright.civ@mail.mil, john.h.meyers8.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis Solicitation - Rapid Mobile Application Development Services Response Date: 8 Aug 2016 at 12:00PM Eastern Standard Time (EST) Solicitation No: W911S0-16-T-0015 This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. (ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88, Effective 16 May 2016 and Defense Federal Regulation Supplement (DFARS), current to DPN 20160510 (Effective 10 May 2016) Edition. Offerors that fail to furnish required representation or technical information as required by FAR provisions 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at www.farsite.hill.af.mil. (iii) This solicitation is being issued as a Request of Quotation under-Solicitation Number W911S0-16-T-0015 which will result in a single-award, firm fixed price contract. The North American Industry Classification System (NAICS) code is 541511 - Custom Computer Programming Services, with a size standard of 500 Employees. The requirement is being solicited as a 100% small business set-aside. This item will be acquired using Federal Acquisition Regulation (FAR) Part 13 procedures. (iv) The Mission and Installation Contracting Commend - Fort Eustis office is requesting quotes to acquire contracting services to acquire Rapid Mobile Applications Development Services for the Army Training Support Center (ATSC). (v) Quotes will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Award will be made on an all or none basis. An offeror must quote on all items in this solicitation to be eligible for award. (vi) The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors shall include a completed copy at the time of submission. As opposed to submitting the provision at 52.212-3, the offeror may elect to complete the Representations and Certifications at the System for Award Management (SAM) website. SAM may be accessed at https://www.sam.gov/portal/public/SAM/. Pursuant to FAR 9.1, Responsible Prospective Contractor, offerors may be required to provide the name of the financial institution where an applicable business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers, as well as a brief description of previous contract services, providing the length of the contract or agreement, the dollar value, point of contact, and telephone number. The information will be used to determine responsibility of an offeror.The requirement objective is to provide services for mobile applications and supporting products to include: Mobile Applications (mApps) - Mobile applications include reference material, performance support/job aids and supplemental training material for delivery on multiple mobile device platforms such as Android, Windows and iOS; Mobile friendly Websites -modify proponent public facing website pages so that the display adapts according to the screen size of the accessing device family and; Analysis Products - Reports and other documentation. Data in these products are used to define the current situation and requirements, and to make decisions on what products are needed and how to design them. Please see the attached Performance Work Statement (PWS). The proposed Period of Performance will be for a base year with two option periods. The period of performance is listed below. Base Year 15 August 2016 - 14 August 2017 Option Year I 15 August 2017 - 14 August 2018 Option Year II 15 August 2018 - 14 August 2019 All quotes shall be clearly marked with solicitation number W911S0-16-T-0013 and emailed to the Point of Contact (POC) listed below. Shipping and taxes (if applicable) shall be incorporated into your proposed price. Payment will be made through Wide Area Work Flow (WAWF) IAW DFAR 252.232-7006. All respondents must be actively registered with the System for Award Management (SAM) prior to award of contract. Information to register in SAM can be found at https://www.sam.gov/portal/public/SAM. All respondents must comply with DFARS 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2015 Appropriations. Respondent must complete the corresponding Class Deviation 2012-0004 (Complete attachment labeled Deviation 2012-O0004. Send the completed deviation back with your quote. Proposals shall be valid for 30 calendar days from the closing date of the request for proposal. All questions must be submitted no later than 27 July 2016 at 3:30PM EST. Offers are due no later than 8 Aug 2016, 3:30PM EST. All responsible sources may submit an offer, which will be considered by the agency. In accordance with 52.212-1, Instructions to Offerors, paragraph (f), Quotes received after the established closing date will be viewed as late, and therefore not considered. Offers may only be submitted via email Ms. Cheron R. Bright, Purchasing Agent, cheron.r.bright.civ@mail.mil. Alternate POC: Rhoda Harrison-Spence; contracting officer, rhoda.c.harrison-spence.civ@mail.mil Attachments: Attachment 1- Performance Work Statement Attachment 2 - CLIN Structure
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0f290bbbe6ea4f03a8bab45f3abb81b8)
 
Place of Performance
Address: The work to be performed under this contract will be performed at contractors/vendors place of business or at location specified in the requirement., United States
 
Record
SN04197258-W 20160728/160726235913-0f290bbbe6ea4f03a8bab45f3abb81b8 (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.