SOLICITATION NOTICE
J -- LENEL ONGUARD SOFTWARE UPGRADE AND TELEPHONE SUPPORT PLANS FOR DLA INSTALLATION SUPPORT, NEW CUMBERLAND, PA - Attachments 1 and 2 to RFQ SP3300-11-Q-1005
- Notice Date
- 5/13/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-11-Q-1005
- Point of Contact
- DANIEL L HERRING, Phone: 717-770-6030
- E-Mail Address
-
daniel.herring@dla.mil
(daniel.herring@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work - Attachment 2 to RFQ SP3300-11-Q-1005 Schedule of Supplies/Services - Attachment 1 to RFQ SP3300-11-Q-1005 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ) and the solicitation number is SP3300-11-Q-1005. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-51 effective 02 May 2011, and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20110511 (Effective 11 May 2011) edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5, and PROCLTR 2011-11. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This solicitation is Unrestricted. DLA Installation Support, located at DLA Distribution Susquehanna in New Cumberland, PA, is currently using the Lenel OnGuard System to operate a system of centralized card reader access controls, credentialing, and alarm reporting. DLA Installation Support has a requirement for a contractor to provide Lenel OnGuard Software Upgrade and Telephone Support for the existing Lenel OnGuard System in accordance with the Schedule of Supplies/Services included as Attachment 1 to this solicitation and the Statement of Work included as Attachment 2 to this solicitation. Lenel OnGuard Software Upgrade and Telephone Support must be provided by the manufacturer or an authorized Value Added Reseller (VAR). The manufacturer has a select number of Value Added Resellers that can provide the required support, therefore, competition is limited in accordance with FAR 13.106-1(b). The Government requests that contractors provide Firm Fixed Prices for all of the line items on Attachment 1. Because competition is limited in accordance with FAR 13.106-1(b), contractors are requested to verify in writing that they are authorized Value Added Resellers for Lenel, and are free to compete individually and set their own prices and discounts for the line items quoted. This requirement consists of a Base Year and Four (4) Option Years, with estimated Periods of Performance as follows: Base Year - from July 1, 2011 through June 30, 2012 Option Year 1 - from July 1, 2012 through June 30, 2013 Option Year 2 - from July 1, 2013 through June 30, 2014 Option Year 3 - from July 1, 2014 through June 30, 2015 Option Year 4 - from July 1, 2015 through June 30, 2016 Contractors must be capable of accepting payment by either electronic funds transfer or government credit card for this procurement. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. The following FAR, DFARS and DLAD clauses and provisions apply to this acquisition: FAR 52.212-1 - INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JUN 2008) Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) product samples, (e) multiple offers, (h) multiple awards, and (i) availability of requirements documents cited in the solicitation. DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number. (2) Solicitation number. (3) Unit Price and extended prices for all CLIN(S). (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code. (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation). (6) Written confirmation that offeror is a Lenel authorized Value Added Reseller (VAR). (7) Past performance information from three (3) sources that clearly indicate that offeror has satisfactorily provided Lenel OnGuard Software Upgrade and Telephone Support commercially or for the Government within the past three (3) years (refer to FAR 13.106-2 Evaluation of Quotations or Offers below). 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13.106-2 Evaluation of Quotations or Offers: The Government intends to award one purchase order as a result of this Request for Quote. Award will be based on the total overall lowest price quoted which meets the technical acceptability standards. The following criteria shall be used to establish technical acceptability: 1. Submittal by the offerors of information confirming their status as a Lenel authorized Value Added Reseller (VAR). 2. Submittal by the offerors of past performance information from three (3) sources that clearly indicate they have satisfactorily provided Lenel OnGuard Software Upgrade and Telephone Support commercially or for the Government within the past three (3) years. This information shall include the following: a. Contract Number b. Point of Contact c. Telephone Number d. Dollar Amount of Contract The Government is not limited to the information provided above, but reserves the right to independently seek past performance information through open market contacts, government systems, and other government agencies. Options - The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) Addenda to 52.212-4; the following clauses apply and are incorporated by reference: FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.217-8 Option to Extend Services (NOV 1999) Fill-in for clause: 60 days FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) Fill-ins for clause: in paragraph (a), 30 days and 60 days; in paragraph (c), five (5) years and six (6) months. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (APR 2011). In paragraph (b) the following clauses apply: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) FAR 52.219-28 Post Award Small Business Program Rerepresentation (APR 2009) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 Equal Opportunity for Veterans (SEP 2010) FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) FAR 52.222-37 Employment Reports on Veterans (SEP 2010) FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEP 2010) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) FAR 52.232-36 Payment by Third Party (FEB 2010) FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2011). The following additional clauses/provisions apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) with Alternate III (MAY 2002) DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) Offerors responding to this announcement shall submit their quotations via FAX to Dan Herring, 717-770-7591 or e-mail to daniel.herring@dla.mil. All quotes must be received by JUNE 13, 2011 AT 4:00 PM EDT to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-11-Q-1005/listing.html)
- Place of Performance
- Address: New Cumberland, Pennsylvania, 17070, United States
- Zip Code: 17070
- Zip Code: 17070
- Record
- SN02447848-W 20110515/110513234832-f897ac99ca66b3952b6e2fccbb5d8bd3 (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 |