SOLICITATION NOTICE
D -- USMC Mobile App - Package #1
- Notice Date
- 8/26/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement MD, 6700 Taylor Ave, Ft Meade, Maryland, 20755, United States
- ZIP Code
- 20755
- Solicitation Number
- HQ0516-3211-0001-000-1
- Archive Date
- 9/24/2013
- Point of Contact
- Robert Hufford, Phone: 3012226034, Leila S. Miller, Phone: (301) 222-6031
- E-Mail Address
-
robert.hufford@dma.mil, leila.miller@dma.mil
(robert.hufford@dma.mil, leila.miller@dma.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Pricing Sheet Performance Work Statement This is a 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; proposals are being requested and a written solicitation will not be issued. Solicitation number HQ0516-3211-0001-000 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69 effective 1 Aug 2013 and DFARS Publication Notice (DPN) 20130808. This acquisition is set-aside for Small Business. See attached Performance Work Statement for detailed information on this requirement. Delivery and acceptance shall be at DMA, 6700 Taylor Avenue, Fort Meade, Md, 20755, see attached PWS for Delivery Schedules. FAR 52.212-1, Instructions to Offerors - Commercial Items (FEB 2012), applies to this acquisition. Re para (a): The North American Industry Classification System (NAICS) code is 541511 and the small business size standard is $25,500,000.00. Re para (b)(8): Proposals must include a completed copy of FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (FEB 2012) with Alternate I (APR 2011) or indication that the offeror's Representations and Certifications are completed on SAM.gov. Note that para (k) requires any prospective awardee shall be registered in the Central Contractor Registration (now SAM.gov) database prior to award, during performance, and through final payment. ADDENDUM TO FAR 52.212-1 INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS 1. DEFINITIONS This solicitation is for a firm fixed price type contract to acquire the necessary services and resources for the design, development and maintenance of a new Marine Corps mobile and tablet application, as well as a responsive design website for Marines Magazine. When the word ‘Offeror' is encountered throughout this Request for Proposal (RFP), it is intended to mean a company or Joint Venture seeking to do business with the Government that submits a proposal in response to this solicitation. A ‘proposal' is documentation prepared by the Offeror and submitted to the Government for evaluation purposes in response to this solicitation. When the word ‘Government' is encountered throughout this Request for Proposal, it is intended to mean the Defense Media Activity (DMA), Fort Meade, MD. 2. BASIC PROPOSAL SUBMISSION REQUIREMENTS Proposals for this solicitation will be accepted until the date and time indicated on the Combined Synopsis/Solicitation Ref No. HQ0516-3211-0001-000. Prospective Offerors should submit inquiries related to this solicitation by e-mail to: Robert Hufford, robert.hufford@dma.mil While email is a convenient method of communication, it is not 100% reliable. It is incumbent upon the sender that the proposal be delivered/legible. DMA contracting cannot be held responsible for email delivery issues. Include the solicitation number, and project title with any questions/clarifications. Written questions must be received by this office not later than 7 business days prior to the date set for receipt of offers. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. Oral explanations or instructions are not binding. Any information given to an Offeror which impacts the solicitation and/or offer will be given in the form of a written amendment to the solicitation. As this is a competitive negotiation acquisition, there is no public proposal opening and no information will be given out as to the number of Offerors or the results of the competition until award is made. The Government will not make assumptions concerning intent, capabilities, or experiences. Clear identification of proposal details shall rest as the sole responsibility of the Offeror. The Government may reject incomplete proposals after initial evaluation without further consideration. Therefore the proposal shall meet the following basic requirements: a. Proposals shall be typed, in the English language, and easy to read. b. Proposals shall be organized, concise, and submitted with sections that clearly identify the Factors to which they apply, and in the order indicated below (Experience, Management Plan, Past Performance, Price and Administrative Requirements with each factor described in a separate section). c. Proposals shall be identified by the solicitation number, and name, address, and telephone number of the prime Offeror on the cover. The Proposal shall contain a Table of Contents and include the page numbers at the bottom of each page. d. Proposals shall be submitted via email. e. Offerors shall submit a signed offer for this solicitation duly executed with an original signature by an official authorized to bind the company. f. Proposals shall completely and adequately address the requirements of this solicitation. Failure to submit attachments or failure to complete the proposal properly may result in rejection of the offer without further evaluation. Therefore, Offerors are urged to follow instructions and speak with the Contracting Officer if instructions are not understood. g. Contractors are cautioned against submitting conditional proposals. This Request for Proposal does not commit the Government to pay any costs incurred in the preparation and submission of a proposal or for any other costs incurred by any firm submitting a proposal in response to this solicitation. The Government reserves the right to cancel this solicitation either before or after the solicitation closing date, with no obligation to the Offeror by the Government. PERIOD OF ACCEPTANCE OF PROPOSAL: Proposals offering less than 60 calendar days for acceptance by the Government from the date designated for receipt of proposals will be considered non-responsive and will be rejected. 3. PROPOSAL FORMAT Proposals shall be submitted electronically in the following format: Proposal Package: Technical Proposal SUBMISSION REQUIREMENTS (Factors 1 and 2 combined are Not to Exceed Twenty Pages. Past Performance Questionnaires as well as Screenshots of applications/design and their descriptions do not count towards the page total.) FACTOR 1 - Experience FACTOR 2 - Management/Tech Approach Plan FACTOR 3 - Past Performance FACTOR 4 - Price Proposal and Administrative Requirements Submission Factor 4 shall also include the following: Representation and Certifications Joint Venture Agreements (if applicable) Offeror's point of contact, to include e-mail address and phone number Name, Address, DUNS, CAGE and TAX Identification Number of the Contractor submitting the proposal. FACTOR 1: EXPERIENCE Submission Requirements Offerors shall submit information detailing previous work experience (projects) meeting the requirements of this solicitation. Offerors shall submit screenshots of three (3) projects with their narratives. Information provided must be in sufficient detail to allow the Government to determine the relevancy of the experience. Offerors shall provide a narrative description of three (3) projects completed within the last five (5) years, with at least one of the three projects completed within the last two (2) years, demonstrating experience in the following areas: Experience in mobile application design and development. Experience in mobile game mechanics to drive user engagement (gamification). Experience in iOS Android and Windows SDKs. Experience in web design and development. Experience in agile project management. Include information in sufficient detail to allow the Government to evaluate your experience, to include the client information, scope of work that was accomplished, at least three (3) screenshots of the project deliverable and dates the project was performed. Offerors may submit a combination of projects demonstrating experience with all relevant aspects of the solicitation; however, at least two (2) of the three (3) examples shall be of gamified mobile applications. FACTOR 2 - MANAGEMENT AND TECHNICAL PLAN The offeror shall describe its approach for providing complete project management support that will fully integrate, manage, control, and document all phases of the contract requirements. The offeror's proposal shall include a project management plan that describes its approach for providing the necessary managerial, administrative, and information technology resources necessary to ensure the quality of project work products, ensure the integrity of project work products, and adhere to established reporting procedures. The offeror's proposal shall also include plans that fully address how the offeror will accomplish/implement all of the requirements itemized in the Statement of Work. The offeror shall submit a Technical Approach Plan that describes the technical direction for designing, developing, deploying and sustaining all project deliverables. FACTOR 3: PAST PERFORMANCE Offerors shall provide past performance information forms to each of the Customers for projects submitted under Factor 1, Experience, using the attached Past Performance Questionnaire. Complete page two of Attachment 1, Past Performance Questionnaire, send all pages of the Questionaire to the customers from whom you are requesting a response and include copies of Page 2 with the proposal. Failure to submit a Page 2 form for each Customer for projects submitted under Factor 1, Experience, will result in rejection of the proposal. Ensure correct phone numbers and email addresses are provided for the client points of contact, provide the appropriate forms to the Points of Contact for direct submission, contact the points of contact to request their submission of past performance information, and request that they be available for verification during the period of 9-20 September 2013. Offerors are also encouraged to provide any awards received, customer letters of appreciation, or any other forms of performance recognition, especially with regard to the projects submitted for consideration under Factor 1, Experience. The Government reserves the right to use past performance information obtained from sources other than those identified by the offeror. Other sources may include, but are not limited to, the Past Performance Information retrieval System (PPIRS), the Contractor Performance Assessment Reporting System (CPARS), and the Federal Awardee Performance and Integrity Information System (FAPIIS). This past performance information will be used for the evaluation of past performance. The Government does not assume the duty to search for data to cure the problems it finds in the information provided by the offeror. The burden of providing thorough and complete past performance information remains with the offeror. FACTOR 4: PRICE AND ADMINISTRATIVE REQUIREMENTS Submission Requirements (to include administrative requirements): The Offer with an original signature by an official authorized to bind the company. The Price Proposal including both the Marine App Pricing Sheet and any supporting documentation in the vendor's standard format. Note that any supporting documentation must be clearly linked to the Pricing Sheet and the vendor must list any exceptions or assumptions made in conjunction with their submittal. Acknowledgement of all amendments to the solicitation. "Representations and Certifications" fully completed. For Joint Ventures, a complete and legally binding document with all the information required under the paragraph entitled "Joint Ventures". The offeror's point(s) of contact, to include name, telephone number and e-mail address, with the authority to legally bind the Contractor. Name, Address, DUNS, CAGE, and TAX Identification Number of the Contractor submitting the proposal. ADDENDUM TO FAR 52.212-2 PROPOSAL EVALUATION AND CONTRACT AWARD 1. ELIGIBILITY FOR CONTRACT AWARD In accordance with the Federal Acquisition Regulation (FAR), no contract shall be entered into unless the Contracting Officer ensures that all requirements of law, executive orders, regulations, and all other applicable procedures, including clearances and approvals, have been met. This includes the FAR requirement that no award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must meet the general standards in FAR Part 9 and any special standards set forth in the solicitation. 2. LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA) SOURCE SELECTION PROCESS An evaluation for acceptability will be performed on each proposal in accordance with FAR 15.101-2. Any price proposal that is both within 25% above or below the Independent Government Estimate and within 25% above or below the average of all of the offers received will be considered to be reasonable and within the awardable range. The proposal within the awardable range that provides the lowest price and is otherwise technically acceptable in all factors will be selected for award. To be considered technically acceptable, no technical factor in the proposal may be rated as a "NO GO". The failure of a proposal to meet all of the requirements under any Factor will result in a technically unacceptable rating (i.e., NO GO) and preclude award. The Government will evaluate each proposal against the evaluation factors established under the Evaluation Factors for Award. The Government intends to evaluate proposals and award a contract without discussions with Offerors. Therefore, the Offeror's initial proposal should contain the Offeror's best terms from a price and technical standpoint. However, should no proposal be determined technically acceptable, the Contracting Officer may establish a competitive range consisting of the most highly rated proposals. Once the competitive range is established, the Government will engage in discussions with all offerors included in the competitive range. After receipt of the Offeror's responses raised during discussions, responses will be rated again in the same manner as for the initial evaluation. 3. BASIS OF AWARD Subject to the provisions contained herein, award will be made to one (1) Offeror who is deemed responsible in accordance with the Federal Acquisition Regulation; who conforms to the solicitation requirements; and whose proposal, judged by an overall assessment of the evaluation criteria and other considerations specified in this solicitation, meets the acceptable standard for the non-price factors and provides the lowest evaluated price. 4. EVALUATION FACTORS FOR AWARD The proposal will be evaluated for acceptability by determining whether the proposal meets the minimum requirements listed for three the non-price factors of Experience, Management and Technical Approach Plan, and the Past Performance listed below. FACTOR 1: EXPERIENCE The Offeror will be evaluated on the acceptability/unacceptability of the experience as submitted in the proposal in accordance with the criteria below. This experience may be attributable directly to the Offeror or to any secondary contractor (i.e. subcontractor or joint venture) it proposes to partner with for this solicitation. Offerors shall demonstrate their experience by providing a narrative description, in sufficient detail and with at least three (3) screenshots per project showing application design detail, for three (3) projects completed within the last five (5) years, with at least one (1) of the three projects completed within the last two (2) years. Proposals that do not provide three (3) narratives for projects completed within the last five (5) years with at least one (1) in the last two (2) years will be considered unacceptable. Offerors are required to have a minimum of two years corporate experience in order to meet the Experience requirements. Offers that do not demonstrate a minimum of two years of corporate experience will be rejected as unacceptable. Proposals shall demonstrate experience in all the required categories listed under FACTOR 1, Experience, Submission Requirements. Broad-based experience is required. The offeror must demonstrate relevant experience in mobile application design and development, mobile game mechanics to drive user engagement (gamification), iOS Android and Windows SDKs, web design and development, agile project management. Proposals that do not demonstrate experience in all factors will be considered unacceptable. The offeror must have experience with at least one project providing mobile application design, development, sustainment and improvement for Department of Defense organizations or other government or academic institutions. The Government will evaluate the offeror's response based on the following information to be provided and documented in accordance with this solicitation: Experience Factor, Acceptable/Unacceptable Ratings Rating Description Acceptable Offeror demonstrates their experience by providing a narrative description, in sufficient detail and with at least three (3) screenshots per project showing application design detail, for three (3) projects completed within the last five (5) years, with at least one (1) of the three projects completed within the last two (2) years. Proposals that do not provide three (3) narratives with at least one (1) in the last two (2) years will be considered unacceptable. Offerors are required to have a minimum of two years corporate experience in order to meet the Experience requirements. Offers that do not demonstrate a minimum of two years of corporate experience will be rejected as unacceptable. Unacceptable Proposal does not clearly meet the minimum requirements in terms of Experience provided in of the solicitation FACTOR 2 - MANAGEMENT AND TECHNICAL APPROACH The Government will evaluate the offeror's management and technical approach/plan provided in response to the solicitation in accordance with the following elements: (1) A high-level project management plan for providing the necessary managerial, administrative, and information technology resources necessary to ensure the quality of support to government and public customers. An acceptable plan will include a Work Breakdown Structure (WBS), project milestones and a schedule for all base year deliverables in the PWS. The plan shall include the following project elements as part of the WBS and schedule : (a) Mobile Application development and maintenance support. (b) Quality Assurance management (c) Integration and configuration management. (2) Mobile application development, maintenance and upgrade plan. An Acceptable plan describes the approach to providing development, maintenance and upgrades for both COTS and custom-built applications outlined in the PWS. An acceptable technical plan will: (a) Include a strategy for delivering and maintaining software solutions utilizing industry standard practices for implementing software development lifecycle (SDLC) processes; gathering and defining new functional requirements; and ensuring software quality assurance throughout the SDLC process. (b) Provide a strategy and technical approach for developing the gamification features itemized in the Performance Work Statement. Management & Technical Approach Plan Factor, Acceptable/Unacceptable Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements in terms of Management & Technical Approach Plan provided in the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements in terms of Management & Technical Approach Plan provided in of the solicitation FACTOR 3 - PAST PERFORMANCE Past performance information will be evaluated, including work history and demonstrated quality performance as shown by past Government and commercial entities' evaluations of offeror's performance within the last 5 years in work areas related to the RFP. The following items shall be considered in evaluating past performance: Currency and Relevancy of the Information; Source of the Information; Context of the Past Performance Information; and General Trends in Performance. The Government may contact current and/or previous clients provided by the offeror in order to verify Past Performance information. The Government may also seek past performance information through the use of data independently obtained from other Government and commercial sources. All contacts will be asked to briefly state the nature of their involvement with the offeror and will then be asked to the questions contained in the Past Performance Questionnaire. The offeror must demonstrate recent, relevant, acceptable past performance for the three projects submitted under Factor 1, Experience, and from any other sources the Government may contact. Performance under a project will be determined "acceptable" if the offeror has obtained or demonstrated a performance evaluation rating of at least "satisfactory", or equivalent, on the project, and will be determined recent and relevant if the project meets the minimum requirements as outlined under Factor 1, Experience. There are two aspects to the past performance evaluation. The first is to determine the relevance between the offeror's past performance on recently accomplished efforts and the effort to be acquired through the source selection. The second aspect of the past performance evaluation will be to determine how well the contractor performed on the contracts. The past performance evaluation performed in support of a current source selection does not establish, create, or change the existing record and history of the offeror's past performance on past contracts; rather, the past performance evaluation process gathers information from customers on how well the offeror performed those past contracts. The Government will evaluate the past performance information and determine the quality and usefulness as it applies to performance Past Performance Factor Acceptable/Unacceptable Ratings Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorable or unfavorable on past performance (see FAR 15.305(a)(2(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/ unacceptability, "unknown" shall be considered "acceptable." EVALUATION OF PRICE PROPOSALS FACTOR 4- PRICE An evaluation will be performed on the proposed Price. The evaluation will be evaluated for completeness and reasonableness as follows: Completeness - To be complete, the offeror must provide all data that is requested and necessary to conduct an evaluation. Reasonableness -For Price to be reasonable, it must represent a Price that is both the lowest priced technically acceptable proposal and is reasonable when consideration is given to Prices in the market (market conditions may be evidenced by other competitive proposals and information obtained from other sources.). The otherwise technically-acceptable lowest-priced Offeror may be required to confirm/validate its price on a Contract Line Item (CLIN), element, or total price basis, and/or provide additional information in support of their price, prior to contract award at the Government's request and discretion. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. This contract will include the following provisions and clauses which may be accessed electronically at http://farsite.hill.af.mil : PLEASE TAKE NOTE TO THE BELOW PROVISIONS THAT NEED TO BE ANSWERED AND SUBMITTED WITH YOUR QUOTE/PROPOSAL. *FILL IN and attach to quote/proposal: FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (Dec 2012) or indication that Representations and Certifications are in the System for Award Management (SAM) database at http://www.sam.gov. YES NO *FILL IN and attach to quote/proposal: DFARS 252.204-7007 Alternate A: Annual Representations and Certifications (May 2013) ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2013) Substitute the following paragraphs (d) and (e) for paragraph (d) of the provision at FAR 52.204-8: (d)(1) The following representations or certifications in the System for Award Management (SAM) database are applicable to this solicitation as indicated: (i) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country. Applies to all solicitations expected to result in contracts of $150,000 or more. (ii) 252.209-7003, Reserve Officer Training Corps and Military Recruiting on Campus-Representation. Applies to all solicitations with institutions of higher education. (iii) 252.216-7008, Economic Price Adjustment-Wage Rates or Material Prices Controlled by a Foreign Government. Applies to solicitations for fixed-price supply and service contracts when the contract is to be performed wholly or in part in a foreign country, and a foreign government controls wage rates or material prices and may during contract performance impose a mandatory change in wages or prices of materials. (iv) 252.225-7042, Authorization to Perform. Applies to all solicitations when performance will be wholly or in part in a foreign country. (v) 252.229-7012, Tax Exemptions (Italy)-Representation. Applies to solicitations and contracts when contract performance will be in Italy. (vi) 252.229-7013, Tax Exemptions (Spain)-Representation. Applies to solicitations and contracts when contract performance will be in Spain. (vii) 252.247-7022, Representation of Extent of Transportation by Sea. Applies to all solicitations except those for direct purchase of ocean transportation services or those with an anticipated value at or below the simplified acquisition threshold. (2) The following representations or certifications in SAM are applicable to this solicitation as indicated by the Contracting Officer: [Contracting Officer check as appropriate.] ___ (i) 252.209-7002, Disclosure of Ownership or Control by a Foreign Government. ___ (ii) 252.225-7000, Buy American-Balance of Payments Program Certificate. _X__ (iii) 252.225-7020, Trade Agreements Certificate. ___ Use with Alternate I. ____(iv) 252.225-7022, Trade Agreements Certificate-Inclusion of Iraqi End Products. ___ (v) 252.225-7031, Secondary Arab Boycott of Israel. ___ (vi) 252.225-7035, Buy American-Free Trade Agreements-Balance of Payments Program Certificate. ___ Use with Alternate I. ___ Use with Alternate II. ___ Use with Alternate III. ___Use with Alternate IV. ___ Use with Alternate V. (e) The offeror has completed the annual representations and certifications electronically via the SAM website at https://www.sam.gov/. After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in FAR 52.204-8(c) and paragraph (d) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer, and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by provision number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR/DFARS Provision # Title Date Change Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications located in the SAM database. (End of provision) *FILL IN and attach to quote/proposal: DFARS 252.209-7995 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2013 APPROPRIATIONS (DEVIATION 2013-O0010) (April 2013) (a) In accordance with sections 8112 and 8113 of Division C and sections 514 and 515 of Division E of the Consolidated and Further Continuing Appropriations Act, 2013,(Pub. L. 113-6), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of Provision) FAR 52.212-4: Contract Terms and Conditions - Commercial Items (Jun 2013) FAR 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items (Jan 2013) FAR 52.219-6: Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-8: Utilization of Small Business Concerns (JAN 2011) FAR 52.227-14: Rights in Data - General (Dec 2007) FAR 52.252-2: Clauses Incorporated by Reference (Feb 1998) FAR 52.252-6: Authorized Deviations in Clauses (Apr 1984) DFARS 252.204-7004 Alternate A: System for Award Management (May 2013) DFARS 252.204-7006, Billing Instructions DFARS 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) DFARS 252.225-7008 Restriction on Acquisition of Specialty Metals (JUN 2013) DFARS 252.227-7015 Technical Data-Commercial Items (JUN 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) DFARS 252-232-7006: Wide Area Workflow Payment Instructions (MAY 2013) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.246-7000 Material Inspection and Receiving Report (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMA clauses, 52.0100-4028 (Contract Contact Information) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment), will be included. PROPOSALS MUST BE RECEIVED NOT LATER THAN 9AM EASTERN TIME, 9 September 2013, IN ORDER TO BE CONSIDERED. Proposals must be submitted electronically on FedBizOpps or emailed to robert.hufford@dma.mil. Due to unexpected technical issues your proposal may not arrive before the cut-off time. Please allow extra time if you are sending your proposal by electronic means. While email is a convenient method of communication, it is not 100% reliable. It is incumbent upon the sender to ensure that the message is delivered/read. DMA Contracting cannot be held responsible for email delivery issues. Please request a delivery and read reciept on your email if confirmation is desired.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8cb883e07ed84d663941fa9a63623e48)
- Place of Performance
- Address: Defense Media Activity, 6700 Taylor Avenue, Fort Meade, Maryland, 20755, United States
- Zip Code: 20755
- Zip Code: 20755
- Record
- SN03161748-W 20130828/130826234747-8cb883e07ed84d663941fa9a63623e48 (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 |