Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
SOLICITATION NOTICE

70 -- Articulate Storyline 3 Software

Notice Date
2/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BLDG 1109B, Suite 256, Fort Knox, KY 40121
 
ZIP Code
40121
 
Solicitation Number
W9124D-18-Q-6174
 
Response Due
2/16/2018
 
Archive Date
8/15/2018
 
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
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W9124D-18-Q-6174 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $38.50M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-02-16 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Knox, KY 40121 The MICC Fort Knox requires the following items, Brand Name Only (Exact Match), to the following: LI 001: Articulate Storyline 3, Product #SL-17, 27, 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 Knox 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Knox is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors 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. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. The following FAR Provisions are applicable: 52.204-7 System for Award Management,52.204-16 Commercial and Government Entity Code Reporting, 52.212-1 Instructions to Offerors. The full text of a provision may be accessed electronically at http://farsite.hill.af.mil. The following FAR clauses are applicable: 52.204-13 System for Award Management Maintenance, 52.204-18 Commercial and Government Entity Code Maintenance, 52.204-19 Incorporation by Reference of Representations and Certifications, 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, Suspended, or Proposed for Debarment, 52.212-4 Contract Terms & Conditions, 52.232-1 Payments, 52.232-8 Discounts for Prompt Payment, 52.232-39 Unenforceability of Unauthorized Obligations, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. The full text of a FAR Clause may be accessed electronically at http://farsite.hill.af.mil. The following DFARS Provisions are applicable: 252.203-7005 Representation Relating to Compensation of Former DoD Officials, 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations. The full text of a provision may be accessed electronically at http://farsite.hill.af.mil. The following DFARS clauses are applicable: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Alt A System for Awards Management, 252.204-7012 Safeguarding Defense Information and Cyber Incident Reporting, 252.225-7048 Export-Controlled Items, 252.232-7003 Electronic Invoicing, 252.232-7010 Levies on Contract Payments, 252.244-7000 Subcontracts for Commercial Items, 252.247-7023 Transportation of Supplies by Sea. The full text of a DFARS Clause may be accessed electronically at http://farsite.hill.af.mil. All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. CCR is now obsolete. Offerors shall ensure SAM registration is active and shall not assume that CCR information automatically migrated to the SAM system. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after 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 must 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 ) site at https://www.sam.gov/portal/public/SAM /within ten (10) calendar days after award of this contract. 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 applicable Full Text Provisions and Clauses are included in the Buy Attachment. Award will be made in the aggregate to the lowest priced,responsive, responsible offeror. Failure to submit a price on all items will render the quote non-responsive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ea175051dddc6e146311ec690743914a)
 
Place of Performance
Address: Fort Knox, KY 40121
Zip Code: 40121
 
Record
SN04820583-W 20180214/180212231913-ea175051dddc6e146311ec690743914a (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.