Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2017 FBO #5537
SOLICITATION NOTICE

70 -- APEXADA - Brand Name Justification

Notice Date
1/18/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA822417QAPEXADA
 
Archive Date
2/7/2017
 
Point of Contact
Von L. Vaughan, Phone: 801-777-6316
 
E-Mail Address
von.vaughan@us.af.mil
(von.vaughan@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. (ii) Solicitation Number: FA8224-17-Q-APEXADA This solicitation is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-92. Contracting Officer's Business Size Selection SB set-aside NAICS Code 511210 Small Business Size Standard $38.5M (iv) (v) This is for the following brand name only items. Description of item(s) to be acquired: Item NO Nomenclature UI QTY 0001 ApexAda Enterprise V4.4 for Linux/Intel P/N: MNT-DANEE3000F-T2 EA 10 0002 TeleUSE V4.x for 32-bit Linux/Intel P/N: MNT-DT32A3000F-T2 EA 3 (vi) Dates and Place of Delivery: Delivery is to be completed within 30 days After Date of Order (ARO). The contractor shall deliver the requested products to the following address FOB Destination: Hill AFB 6137 WARDLEIGH RD BLDG 1515 Hill AFB, UT 84056 (vii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1600 MST, 23 January 2017 via electronic mail to richard.jensen.5 @us.af.mil a. Provide CAGE Code when submitting bid (viii) 52.212-2: Evaluation -- Commercial Items (a) The Government will award a 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: (i) price (ii) technical capability of the item offered to meet the Government requirement (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). To be technically acceptable an offer must be for the brand name only specified items found in paragraph v of this combined synopsis/solicitation. Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (ix) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. (xi) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jan 2014) OTHER FAR CLAUSES AND PROVISIONS 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor (IAW FAR 22.202)(JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126). 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O.13513). 52.225-1 Buy American--Supplies (May 2014) (41 U.S.C. chapter 83 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.252-2 Clauses incorporated by reference 52.252-6 Authorized Deviations in clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alternate A, System for Award Management 252.232-7003 Electronic Submission of Payment request and Receiving reports 252.232-7006 Wide Area WorkFlow Payment instructions 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea - Basic 5352.201-9101 Ombudsman (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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Mr. Kevin Flinders AFMC OL_H/PZC 801-777-6549, kevin.flinders@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA 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) 256-2397, 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) (xii) Additional Contract Requirement or Terms and Conditions: N/A (xiii) Defense Priorities and Allocations System (DPAS): N/A (xiv) Proposal Submission Information: Offers are due by 1600 MST, 23 December, 2017 via electronic mail to richard.jensen.5@us.af.mil. (xv) For additional information regarding the solicitation contact SSgt Richard Jensen at richard.jensen.5@us.af.mil. Notice to Offerors: The Government intends to award a Firm Fixed Price contract for this requirement. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror f
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA822417QAPEXADA/listing.html)
 
Record
SN04373839-W 20170120/170118234219-a1189089fa90ca2c8695e9b18a399a25 (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.