SOLICITATION NOTICE
70 -- ITS Modernization - Hardware, Software & Services - Attachment D - Sample Price Spreadsheet - Attachment A - Hardware & Software Salient Characteristics - Attachment B - Performance Work Statement - Attachment C - Environment Document
- Notice Date
- 6/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333313
— Office Machinery Manufacturing
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 2521 S. Clark St, Ste 2000 Arlington, VA, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
- ZIP Code
- 20301-1155
- Solicitation Number
- 12WH631-009
- Point of Contact
- Florence N Kasule, Phone: 703.545.0701, Tashona Beale,
- E-Mail Address
-
florence.kasule@whs.mil, tashona.beale@whs.mil
(florence.kasule@whs.mil, tashona.beale@whs.mil)
- Small Business Set-Aside
- N/A
- Description
- Provides an illustration of the environment for the business opportunity. PWS for services. Salient characteristics for the equipment and software. Provides a sample spreadsheet for pricing the requirement. This is a combined synopsis/solicitation for commercial items 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. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. The Washington Headquarters Service, Acquisition Directorate (WHS/AD), Department of Defense, 1155 Defense Pentagon, Washington, DC 20301-1155 intends to purchase a variety of hardware, maintenance and associated accessories, a selection of which is on a brand name or equal basis, and a selection of which is custom. The associated North American Industrial Classification System (NAICS) code for this procurement is 33313 with a small business size standard of 1,000 employees. This is not a small business set-aside. Please see the attached documents: •1) Attachment A - Integrated Tracking System - Equipment List. •2) Attachment B - Integrated Tracking System - Performance Work Statement. •3) Attachment C - Environment Document. •4) Attachment D - Sample Price Spreadsheet ADDITIONAL INFORMATION: •1. All proposals shall be submitted via email and proposals must be for the items requested either brand name or equal. To be considered for award, proposals of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this request for proposals; clearly identify the item by Brand name, if any; and make or model number as defined in FAR 52.211-6. •2. What to submit - All documents must be submitted electronically, in Times New Roman 12-pitch font on 8.5 x 11 paper. •a. Recommended Page limitations and format: Cover letter in Word confirming unconditionally acceptance of the terms and conditions of the RFQ: 2 pages Technical Literature in Word, per paragraph 52.212-1(b)(4): 15 pages Price in MS Excel: 10 pages •3. T he provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Please note the following information within the aforementioned clause: a. FAR 52.212-1(f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. b. FAR 52.212-1(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. •4. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. •5. Evaluation of proposals will be conducted per FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999). (a) The Government will award a contract resulting from this request for proposals to the responsible contractor whose quote conforming to the request for proposals will be most advantageous to the Government, price and other factors considered. The Government will consider a quote to be eligible for award only if, on the quote due date, the contractor/quote satisfies all of the following elements, which will be evaluated on a pass/fail basis: (1) The contractor unconditionally accepts the terms and conditions of the RFP; (2) The contractor submits all required information specified in the RFP by the closing date/time; (3) The contractor meets all of the minimum salient characteristics specified in Attachments A and B. NOTE: Once declared ineligible, the contractor's quote will be rejected and the contractor cannot further compete for the contract award. (b) The following factor shall be used to evaluate proposals: •(1) Price. Per FAR 52.217-5, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). •6. Proposals must be firm-fixed-priced, and include all quantities listed. •7. The points of contact (POC) for this request for proposal are Florence Kasule and Tashona Beale, at florence.kasule@whs.mil or tashona.beale@whs.mil. •8. Contractor's shall include Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes stated on their proposals. *9. All questions must be submitted via email to both Florence Kasule and Tashona Beale, at florence.kasule@whs.mil or tashona.beale@whs.mil, no later than 10 am EST, 13 JUNE 2012 with the subject being "Questions: ITS Modernization." •10. The following additional clauses shall apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.219-9 Small Business Subcontracting Plan. FAR 52.204-7 Central Contractor Registration. FAR 52.209-6 Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.211-6 Brand Name or Equal. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-18 Availability of Funds. FAR 52.232-33 Payment by EFT - CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004(Alt A) Required Central Contractor Registration, DFARS 252.211-7003 Item Identification and Validation, DFARS 252.212-7001 (Dev) Contract Terms and Conditions, DFARS 252.219-7003 Small Business Subcontracting Plan (DoD Contracts), DFARS 252.225-7001 Buy American Act and Balance of Payment Program, DFARS 252.225-7002 Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.247-7023 (Alt III) Transportation of Supplies by Sea. WHS A&PO WAWF Invoicing Instruction (Apr 2010)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/12WH631-009/listing.html)
- Place of Performance
- Address: 5775 GENERAL WASHINGTON DRIVE, ARLINGTON, Virginia, 22312, United States
- Zip Code: 22312
- Zip Code: 22312
- Record
- SN02770117-W 20120609/120608000638-89b6274eb6e6bda649e0b2260e13a76c (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 |