Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2016 FBO #5490
SOLICITATION NOTICE

R -- Enhanced Mobile Satellite Services (EMSS) Global Logistical Services Management Contract (ELOG) - (Draft)

Notice Date
12/2/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
HC101316R0014
 
Archive Date
3/6/2017
 
Point of Contact
Elizabeth S. Cardenas, Phone: 6182299579, LaLisa R. Long, Phone: 6182299186
 
E-Mail Address
elizabeth.s.cardenas.civ@mail.mil, lalisa.r.long.civ@mail.mil
(elizabeth.s.cardenas.civ@mail.mil, lalisa.r.long.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Attach 9 Addendums, clauses subparagraphs Attach 8 Contract Security Classification Specification DD 254 Attach 7 Quality Assurance Surveillance Plan (QASP) Attach 6 Sample Task Order PWS Attach 5 Ratings Tables Attach 4 Past Performance References Attach 3 Labor Rate Category Descriptions Attach 2 Labor Rate Table Attach 1 Performance Work Statement (PWS) Solicitation Number: Notice Type: HC1013-16-R-0014 Combined Synopsis/Solicitation (i) 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation HC101316R0014 is being issued as a request for proposal. (iii) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-91, dated September 30, 2016. (iv) The associated North American Industry Classification System (NAICS) code for this acquisition is 541513 with small business size standard $27,500,000.00. This requirement is competitive 100% set-aside service-disabled veteran-owned small business. (v) The acquisition is for a single-award firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) with contract line item number(s) for Enhanced Mobile Satellite Services (EMSS) support services. (vi) The Defense Information System Agency, EMSS Program Manager's requirement for Global Logistical Services Management support ("ELOG") includes on-demand, primarily customer-funded requirements in support of EMSS equipment and services, with a primary emphasis on Distributed Tactical Communications System (DTCS) support. Field Service Representatives (FSRs) are commonly deployed overseas to support the DTCS (Iridium satellite-based) push-to-talk service, yet the contract's scope also includes operational, logistical, training, program management, technical, subject matter expert, operations and transition support as contained in the attached Performance Work Statement (PWS). (vii) The period of performance is 5-year IDIQ for FSRs and support services with customer stationed globally. Contract Year 1 Month 1-12 1 May 2017 - 30 Apr 2018 Contract Year 2 Month 13-24 1 May 2018 - 30 Apr 2019 Contract Year 3 Month 25-36 1 May 2019 - 30 Apr 2020 Contract Year 4 Month 37-48 1 May 2020 - 30 Apr 2021 Contract Year 5 Month 49-60 1 May 2021 - 30 Apr 2022 (viii) The following provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition including attached addenda to the provision. (ix) The FAR provision at 52.212-2, Evaluation -- Commercial Items, and the specific evaluation criteria as attached addenda also applies to this acquisition. (x) FAR 52.212-3 (Alt 1), Offeror Representations and Certifications -- Commercial Items. Offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from http://farsite.hill.af.mil. However, offerors must complete the annual Representations and Certifications on-line at https://www.sam.gov in accordance with 52.212-3 (Alt 1). (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) A statement that the clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition with additional FAR clauses cited in the clause and are applicable to the acquisition. The applicable subparagraphs for FAR 52.212-5 are included in the attachment to this posting. (xiii) The following clauses are incorporated 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 website http://farsite.hill.af.mil. 52.203-16 Preventing Personal Conflicts of Interest DEC 2011 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights APR 2014 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-7 System for Award Management JUL 2013 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-17 Ownership or Control of Offeror JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-21 Basic Safeguarding of Covered Contractor Information Systems JUN 2016 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation NOV 2015 52.209-7 Information Regarding Responsibility Matters JUL 2013 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (JUL 2016) Alternate I OCT 2014 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.222-19 Child Labor -- Cooperation with Authorities and Remedies FEB 2016 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan. MAR 2015 52.223-1 Biobased Product Certification MAY 2012 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts SEP 2013 52.225-19 Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission Outside the United States MAR 2008 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. OCT 2015 52.232-18 Availability of Funds APR 1984 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.245-1 Government Property APR 2012 52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998 52.252-2 Clauses Incorporated By Reference FEB 1998 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7003 Agency Office of the Inspector General DEC 2012 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls DEC 2015 252.204-7011 Alternative Line Item Structure SEP 2011 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DEC 2015 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.205-7000 Provision Of Information To Cooperative Agreement Holders DEC 1991 252.211-7003 Item Unique Identification and Valuation MAR 2016 252.211-7008 Use of Government-Assigned Serial Numbers SEP 2010 252.222-7007 Representation Regarding Combating Trafficking in Persons JAN 2015 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7000 Buy American--Balance Of Payments Program Certificate--Basic (Nov 2014) NOV 2014 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Aug 2016) AUG 2016 252.225-7012 Preference For Certain Domestic Commodities AUG 2016 252.225-7013 Duty-Free Entry--Basic (May 2016) MAY 2016 252.225-7020 Trade Agreements Certificate--Basic (Nov 2014) NOV 2014 252.225-7021 Trade Agreements--Basic SEP 2016 252.225-7035 Buy American--Free Trade Agreement--Balance Of Payments Program Certificate--Basic (Nov 2014) NOV 2014 252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program--Basic (AUG 2016) AUG 2016 252.225-7040 Contractor Personnel Supporting U.S. Armed Forces Deployed Outside the United States OCT 2015 252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States JUN 2015 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns SEP 2004 252.227-7013 Rights in Technical Data--Noncommercial Items FEB 2014 252.227-7015 Technical Data - Commercial Items FEB 2014 252.227-7037 Validation of Restrictive Markings on Technical Data SEP 2016 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property APR 2012 252.247-7022 Representation Of Extent Of Transportation Of Supplies By Sea AUG 1992 252.247-7023 Transportation of Supplies by Sea APR 2014 (xiv) N/A. (xv) Proposals will be due to Defense Information System Agency, Defense Information Technology Contracting Organization (DITCO) no later than January 6, 2017 by 12:00 P.M. Central Standard Time. Email quotes will be accepted at email Elizabeth.S.Cardenas.civ@mail.mil and Lalisa.R.Long.civ@mail.mil (xvi) Point(s) of contact are Lalisa Long, Contract Specialist (618) 229-9186 and Elizabeth Cardenas, Contracting Officer, (618) 229-9579, Elizabeth.S.Cardenas.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/HC101316R0014/listing.html)
 
Place of Performance
Address: See PWS, United States
 
Record
SN04341374-W 20161204/161202233842-002b44ab24ab3872b7c41fdddce44df2 (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.