Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2010 FBO #3317
SOLICITATION NOTICE

D -- Plateau Software and Support Subscription for Plateau Learning Managment System (LMS) - Redacted Justification and Approval for Other Than Full and Open Competition - Statement of Need

Notice Date
12/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
RFQ-F3PF3D0273A002
 
Archive Date
1/11/2011
 
Point of Contact
Collin C. Christopherson, Phone: 210-652-7824, Joseph S Sitterly, Phone: 210-652-4259
 
E-Mail Address
Collin.Christopherson@randolph.af.mil, joseph.sitterly@randolph.af.mil
(Collin.Christopherson@randolph.af.mil, joseph.sitterly@randolph.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Need Redacted Justification and Approval for Other Than Full and Open Competition Contracting Office Address: Department of the Air Force, Headquarters Air Education and Training Command (AETC), Randolph AFB TX Contracting Office, 2021 First Street West, Randolph AFB TX 78150-4302 Description: AETC, Randolph AFB, Contracting Office, 2021 First Street West, Randolph AFB TX intends to award a contract on a Sole-Source basis for the purchase of Annual Plateau Software and Support Subscription for Plateau Learning Management System (LMS) as required in the attached Statement of Need. Only One Responsible Source and No Other Supplies Will Satisfy Agency Requirements. A Sources Sought/Request for Information was posted on Federal Business Opportunities 12 October 2010 and the notice closed 25 October 2010 returning only one contractor capable of meeting the requirement. An approved Justification and Approval For Other Than Full and Open Competition in accordance with FAR 6.301-2 (c),has been attached to this combined synopsis and solicitation. A Firm-Fixed Priced Award will be in accordance with the following: (i) This is a streamlined 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. This announcement constitutes the only solicitation; quotations are being accepted, and a written solicitation will not be issued. (ii) This solicitation number F3PF3D0273A002 is issued as a Request for Quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2005-40. (iv) The NAICS Code is 511210; size standard is $25M. (v) List of contract line item numbers (CLINs), items, quantities, units of measure, and option(s) (if applicable). Must resemble the following format example: CLIN: 0001 Item: Annual Plateau Software and Support Subscription for Plateau LMS Period of Performance: 1 January 2011 - 31 December 2011 Units: Each Price: ___________ CLIN: 1001 Item: Annual Plateau Software and Support Subscription for Plateau LMS Period of Performance: 1 January 2012 - 31 December 2012 Units: Each Price: ___________ CLIN: 2001 Item: Annual Plateau Software and Support Subscription for Plateau LMS Period of Performance: 1 January 2013 - 31 December 2013 Units: Each Price: ___________ CLIN: 3001 Item: Annual Plateau Software and Support Subscription for Plateau LMS Period of Performance: 1 January 2014 - 31 December 2014 Units: Each Price: ___________ CLIN: 4001 Item: Annual Plateau Software and Support Subscription for Plateau LMS Period of Performance: 1 January 2015 - 31 December 2015 Units: Each Price: ___________ (vi) Description of Supplies/Services Annual Plateau Software and Support Subscription for Plateau Learning Management System in accordance with the attached Statement of Need. (vii) Place of Delivery and Acceptance (Free On Board: Destination): HQ AETC/A5RI 100 H Street, Ste 3 Randolph AFB, TX 78150 Attn: Mark A. Pennington (viii) The provision at 52.212-1, Instructions to Offerors - Commercial (June 2008), applies to this acquisition. (ix) Award will be made using Simplified Acquisition Procedures. Evaluation procedures in FAR Part 13.106-2, Evaluation of Quotations or Offers, will be used. In determining best value, Conformance to the Description of Supplies is significantly more important than price. The ordering office will make a determination that the total firm fixed price is fair and reasonable based on factors contained herein. (x) In accordance with FAR 52.212-3, Offeror Representation and Certification of Commercial Items (Aug 2009), Offerors are reminded that representations and certifications are to be maintained at the following website: http://orca.bpn.gov/publicsearch/apx In the event representations and certifications are not on file, Offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, that can be obtained at http://farsite.hill.af.mil FAR Part 52 or http://orca.bpn.gov. An offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an Offeror has not completed the annual representations and certifications electronically at the ORCA website, the Offeror shall complete only paragraphs (c) through (m) of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010), applies to this acquisition. Addenda to this clause: 52.212-4, Addendum. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of: (1) Administrative changes, such as changes in the paying officer, appropriation data, etc. (2) No cost amended shipping instructions (ASI) if: (a) The ASI modifies a unilateral purchase order; and, (b) The Contractor agrees verbally or in writing; (3) Any change made before work begins if: (a) The change is within scope of the original order, (b) The Contractor agrees; or, (c) The modification references the Contractor's verbal or written agreement. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2010) (Deviation), applies to this acquisition. a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (xiii) ADDITIONAL REQUIREMENT(S) OR TERMS AND CONDITIONS LOCAL IT Statement: The Contractor shall sell to the Government only IT products that are authentic and not counterfeit. In the event that such IT products are determined to be counterfeit, there is no limitation to the Contractor's liability. Definition, Counterfeit information technology product means any item of information technology (IT), including hardware and software that is an unauthorized copy, replica, or substitute. To be eligible for award of the proposed contract, an Offeror must be either the original equipment manufacturer (OEM); or have written authorization from the OEM or software developer to function as a distributor or reseller of the subject products. By submission of an offer, the Offeror represents that: the IT products to be sold or leased to the Government under the proposed contract are authentic and not counterfeit; and it is the original equipment manufacturer or software developer, or an authorized distributor or reseller for the IT products. Second market refurbished items will not be accepted by the Government. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) 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 text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. 52.217-8 -- Option to Extend Services. (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed six months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. 52.217-9 -- Option to Extend the Term of the Contract. (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years and six months. FAR 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. 52.252-6 -- Authorized Deviations in Clauses. As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the Contracting Officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the Contracting Officer shall insert "(Deviation)" after the date of the clause. Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(Deviation)" after the date of the clause. (b) The use in this solicitation or contract of any DFAR (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. AFFARS 5352.201-9101 Ombudsman (Apr 2010) (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 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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Chief, Business Operations Branch, HQ AETC/A7KB, 2035 First Street West, Randolph AFB, TX 78150-4304, 210-652-5815; facsimile 210-652-8348. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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) The following provisions and clauses (incorporated by reference) apply to this acquisition (with the same force and effect as if they were given in full text): 52.203-3 Gratuities; 52.203-6 Restriction on Subcontractor Sales to the Government; 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 Offeror Representation and Certifications - Commercial Items; 52.212-4 Addendum; 52.212-5 Contract Terms and Conditions/Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders/Commercial Items (Deviation) 52.217-5 Evaluation of Options 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post-Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-37 Employment Reports on Special Disabled Veterans; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-18 Availability of Funds; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.233-3 Protest after Award; 52.233-4 Applicable Law for Breach of Contract Claim; 252.204-7004 Alternate A, Central Contractor Registration; 252.205-7000 Provision of Information to Cooperative Agreement Holders; 252.212-7000 Offeror Representations and Certifications-Commercial Items; 252.212-7001 Deviation 209-O0005, 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 Payments Program Certificate 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7012 Preference for Certain Domestic Commodities; 252.227-7015 Technical Data - Commercial Items; 252.227-7037 Validation of Restrictive Markings on Technical Data; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment (xiv) Orders awarded as a result of this solicitation will not be assigned a rating under the Defense Priorities and Allocations System (DPAS). Information on the DPAS program may be accessed electronically at this address: http://www.bis.doc.gov/dpas/default.htm (xv) Interested parties capable of providing the above must submit a written price quote to include discount terms, Cage Code, DUNS number, and Tax Identification Number. To be eligible to receive an award resulting from this solicitation, Contractor must be registered in the DOD Central Contractor Registration (CCR) database. NO EXCEPTIONS. To register, visit http://www.ccr.gov Submissions via e-mail will be considered received by the Contracting Office when the Contracting Officer acknowledges receipt via return e-mail. It is incumbent upon Offerors to confirm receipt acknowledgement. ATTACHMENT(S) 1. Approved Justification and Approval Document For Other than Full and Open Competition 2. Statement of Need
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/RFQ-F3PF3D0273A002/listing.html)
 
Place of Performance
Address: HQ AETC/A5RI, 100 H Street, Ste 3, Randolph AFB, TX 78150, Attn: Mark Pennington, Randolph Air Force Base, Texas, 78150, United States
Zip Code: 78150
 
Record
SN02349497-W 20101224/101222234505-ae691e0b1ff3ea87195d637f6f431a21 (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.