SOLICITATION NOTICE
R -- Software Support - Out of Hours (OOH)
- Notice Date
- 5/6/2025 2:18:17 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 140G0225Q0065
- Response Due
- 5/21/2025 2:00:00 PM
- Archive Date
- 06/05/2025
- Point of Contact
- Moye, Janice, Phone: 0000000000
- E-Mail Address
-
jmoye@usgs.gov
(jmoye@usgs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1) This is a combined synopsis/solicitation for commercial products or commercial services 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. 2) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 140G0225Q0065. This solicitation will utilize the policies contained in the Federal Acquisition Regulations (FAR) Part 12 in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 13, Simplified Acquisition Procedures, as appropriate for this acquisition. 3) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. 4) This solicitation is a SET ASIDE for Small Businesses. The associated NAICS Code is 541519 Other Computer Related Services. The small business standard size is $34 million. 5) This combined solicitation/synopsis is for purchase of the following commercial item(s): This requirement will a Base and two (2) Option years for Software Support - Outside of Hours (OOH). CLIN structure will be as follows: CLIN 00010 Base Year : $___________ per month x 12 months = CLIN 00020 Option Year 1 : $___________ per month x 12 months = CLIN 00030 Option Year 2 : $___________ per month x 12 months = 6) Refer to the attached Performance Work Statement for the description of the services. 7) Period of Performance will be from 05/25/2025 to 05/24/2028. 8) FAR 52.212-1, Instructions to Offerors -- Commercial Products and Commercial Services (Sep 2023), applies to this acquisition. 9) FAR 52.212-2, Evaluation - Commercial Products and Commercial Services (Nov 2021), applies to this acquisition. The award of this requirement shall be made using only the procedures found in Federal Acquisition Regulation (FAR) Part 13, including Subpart 13.5 Simplified Procedures for Certain Commercial Items and Part 12 Acquisition of Commercial Products and Commercial Services. Award shall be made to the vendor whose quotation, conforming to this RFQ, is determined to be the most advantages to the government, cost or price and the other non-cost or non-price factors listed above. In determining which quotation offers the greatest value or advantage to the Government, overall non-price merit will be considered more important than price or cost. The degree of importance of price or cost as an evaluation factor will increase with the degree of equality in the non-price merits of the quotations. Between acceptable quotations with a significant difference in non-price merit, a determination will be made as to whether the additional non-price merit or benefits reflected by a higher priced quotation warrants payment of the additional price or cost. 10) The offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services (May 2024) [(DEVIATION FEB 2025)], with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (m) of this provision. 11) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services (JAN 2025) [(DEVIATION FEB 2025)]), applies to this acquisition. 12) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services (Jan 2025) [(DEVIATION FEB 2025)] applies to this acquisition. Please see attached Clauses and Provisions document for more information. 13) The following clauses are also applicable to this acquisition: Please see Clauses and Provisions attachment. 14) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. 15) The Government intends to award a single, firm-fixed-price contract resulting from this solicitation. Questions about this solicitation shall be emailed to jmoye@usgs.gov NLT 1:00PM EDT on May 13, 2025, to allow time for government response before solicitation closing. Questions after this deadline may not be answered. Quotes are required to be received in the contracting office no later than 5:00PM EDT on May 20, 2025. Quotes should be emailed to jmoye@usgs.gov. 16) Any questions regarding this solicitation should be directed to Janice Moye at jmoye@usgs.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8a43e2ea66f24a44991bcae92589dd3b/view)
- Record
- SN07432143-F 20250508/250506230048 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |