Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2010 FBO #3197
SOLICITATION NOTICE

70 -- IBM Maximo Asset Management Upgrade/Implementation - Maximo Asset Management Implementation Statement of Work (SOW)

Notice Date
8/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 95 CONS, 5 South Wolfe Avenue, Edwards Air Force Base, California, 93524
 
ZIP Code
93524
 
Solicitation Number
FA9301-10-M-A077-1
 
Archive Date
9/22/2010
 
Point of Contact
Tylan J McBride, Phone: 661-277-6943, Steven Barry, Phone: (661) 277-3346
 
E-Mail Address
tylan.mcbride@edwards.af.mil, steven.barry@edwards.af.mil
(tylan.mcbride@edwards.af.mil, steven.barry@edwards.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Maximo Asset Management Implementation Statement of Work (SOW) This is a combined synopsis/solicitation for a Firm-Fixed Price (FFP) commercial Non-Personal Service prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a written solicitation will not be issued. The solicitation number is FA930110MA077. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43 and DFARs Change Notice (DCN) 20100820. North American Industry Classification System (NAICS) is 541511; Small Business size standard is $25,000,000.00 dollars. All small business vendors are encouraged to participate in this solicitation. AFFTC/PKOA Edwards AFB, CA is soliciting to purchase a FFP, commercial Non-Personal Service, IBM Maximo Asset Management Upgrade/Implementation Service to include: labor, material, installation, and training (please see attached Statement of Work), for the 95Th Civil Engineering Directorate Edwards AFB, CA. (Installation site: 95Th Civil Engineering Directorate Edwards AFB, CA) INTERESTED CONTRACTORS MUST COMPLY WITH DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (CCR) (SEP 2007). POTENTIAL CONTRACTORS CAN ACCESS THIS CLAUSE AND THE CCR SITE ON THE INTERNET FOLLOWING THESE URLs: http://farsite.hill.af.mil and http://www.ccr.gov/. This solicitation incorporates one or more solicitation provisions and clauses by reference, with the same force and effect as if they were given in full text. To read the provisions and clauses in full text go to http://www.farsite.hill.af.mil. Upon request, the Contracting Officer will make their full text available. Provision 52.212-1, Instructions to Offerors--Commercial; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities); 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era); 52.228-5, Insurance - Work on a Government Installation; 52.232-18, Availability of Funds; clause 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; Offerors must complete a copy of the provision 52.212-3, Offeror Representations and Certifications--Commercial Items with the offer. If the offeror does not have a copy of this provision, contact the Contract Specialist to receive a copy or go to the Online Representation and Certification Application (ORCA) https://orca.bpn.gov/. The following DFARs clauses apply to this acquisition: clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (REVISED 10 AUG 2010). Please include the following information: Cage Code, Tax Identification Number, and fill-in the on-line Representation Certification Application (go to www.bpn.gov) to register. PROPOSAL EVALUATION: 1. Proposal evaluations criteria method has been determined as the Lowest Price Technically Acceptable (LPTA). See clause Provision at 52.212-2 -Evaluation-Commercial Items(Jan 1999) listed below for evaluation factors. Any interested parties believing they can meet all the requirements as stated within the attached SOW, may submit a proposal. All information furnished shall be in writing and must contain sufficient detail to allow the government technical representative to evaluate and determine if it can meet the requirement. Any information provided is strictly voluntary. The Government will not pay for information submitted in response to this combined synopsis. To be considered: Proposals are due at the Air Force Flight Test Center (AFFTC) Contracting Squadron, Mission Support Group Flight, 5 South Wolfe Avenue, Edwards AFB, CA, 93524, on Tuesday, Sept 7, 2010 4:30 p.m., Pacific Standard Time. Email transmission of quotes is preferred, please respond to tylan.mcbride@edwards.af.mil; phone: (661) 277-6943. Faxed transmission of quotes is acceptable. Fax #: 661-277-8024 (Please call to verify receipt of fax) Offerors are required to submit with their quotes enough information for the Government to evaluate the minimum requirements detailed in the synopsis. The following provisions and clauses apply: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008), DFARS 252.204-7004, ALTERNATE A (SEP 2007); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JUN 2005). TO REGISTER WITH CCR, GO TO URL: https://www.bpn.gov/ccr/default.aspx. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: https://www.bpn.gov/ccr/default.aspx. Further Information on ORCA may be obtained from the ORCA Help Menu, <http://orca.bpn.gov/help.aspx>. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) 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) technical capability of the item offered to meet the Government requirement (Maximo Asset Management Upgrade/Implementation experience) (ii) price (iii) past performance (provide 3 references with the following information: Name, Contract Number, and Email Address) 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.209-2 Prohibition on Contracting With Inverted Domestic Corporations 52.209-6 Protecting the Governments Interest 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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 address: http://farsite.hill.af.mil. 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Rerepresentation (Apr 2009) 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-41 Service Contract Act 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-3 Alternate I 52.225-13 Restrictions on Certain Foreign Purchases 52.225-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.228-5 Insurance - Work on a Government Installation (Jan1997) 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1 Changes (Aug 1987) 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (May 2002) 5352.201-9101 Ombudsmen 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.242-9000 Contractor Access to Air Force Installations (Aug 2007) 5352.247-9006 Marking of Warranted Items
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/12345/FA9301-10-M-A077-1/listing.html)
 
Place of Performance
Address: 95th Civil Engineering Directorate, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN02252028-W 20100826/100824234747-089aaa993373a6c83d225bdf677698f5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.