SOLICITATION NOTICE
D -- Media Database Access and Customer Helpdesk Support - Package #1 - Package #2
- Notice Date
- 6/27/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
- ZIP Code
- 20762
- Solicitation Number
- FA7014-14-T-2999
- Archive Date
- 8/13/2014
- Point of Contact
- Lezlie Sinclair, , Thomas Chamberlain,
- E-Mail Address
-
lezlie.s.sinclair.ctr@mail.mil, thomas.l.chamberlain.mil@mail.mil
(lezlie.s.sinclair.ctr@mail.mil, thomas.l.chamberlain.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement Solicitation Solicitation Number: FA7014-14-T-2999 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The Air Force District of Washington Contracting Directorate (AFDW/PK), 1500 W. Perimeter Rd, Suite 2750, Joint Base Andrews, MD 20762, intends to procure a media database for the Secretary of the Air Force Public Affairs Office (SAF/PA). This requirement will not be set­ aside for small businesses. The anticipated purchase order issue date is 06 Aug 2014. This solicitation is being issued as Request for Quotation (RFQ) No. FA7014-14-T-2999. The North American Industry Classification System Code (NAICS) for this requirement is 511210, with a size standard of $35.5 Million. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular ( FAC) 2005-75, Defense FAR Supplement (DFARS) Publication Notic e (DPN) 20140624, and Air Force Acquisition Circular (AFAC) 2014-0421. The Government contemplates the issuance of a Firm-Fixed Price (FFP) purchase order to satisfy this requirement. This requirement shall include media database and customer support help desk support. The contemplated period of performance will be a base plus four ( 4) option years for a total of 5 years. Specific Information on Technical Requirements can be found in the attached Performance Work Statement (PWS). Questions regarding this RFQ should be submitted to Ms. Lezlie Sinclair, at the e-mail address provided, no later than 11 July 2014 at 4 :00 p.m. (Washington, DC local time). Only questions submitted by e-mail will be accepted. The quotation package shall include the following FFP Contract Line Item Numbers (CLINs) for the base and four option years, to include the elements listed in the PWS as follows: CLIN 0001 Database: Media Database Access and Customer Helpdesk Support TOTAL PRICE: __________________ CLIN 1001 Database: Media Database Access and Customer Helpdesk Support TOTAL PRICE: __________________ CLIN 2001 Database: Media Database Access and Customer Helpdesk Support TOTAL PRICE: __________________ CLIN 3001 Database: Media Database Access and Customer Helpdesk Support TOTAL PRICE: __________________ CLIN 4001 Database: Media Database Access and Customer Helpdesk Support TOTAL PRICE: __________________ TOTAL CONTRACT PRICE : __________________ FAR PROVISIONS: FAR 52.212-1, Instructions to Offeror-Commercial Items is hereby incorporated. Addendum to FAR 52.212-1 applies to this acquisition and are as follows: 52.219-1 Alt I, 52.204-7, 52.204-13, 52.222-22, 52.252-1: http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2) 252.204-7004 Alt A, aud 252.225-7000. FAR 52.217-5, Evaluation of Options; The provision at 52.212-2, Evaluation-Commercial Items is applicable to this solicitation and is hereby incorporated by full text: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) •(a) The Government will issue a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The following factors shall be used to evaluate quotes: Factor I: Price: The Government will rank quotes based on price, from lowest to highest total price. If additional information is required to support price reasonableness, each offeror may be requested to provide a hard copy of their price break-down. Non-conformance with this requirement may result in an offeror's quote being determined unacceptable. Factor II: Technical Capability: After quotes have been ranked by price, only the lowest priced quote will be evaluated for technical acceptability. If that quote is determined to be acceptable, evaluations will cease and an award will be made. If an offer is deemed technically unacceptable, an evaluation will commence on the next lowest priced quote. This will continue until a technically acceptable quote has been identified. Quotations will be evaluated on the offeror' s ability to provide all of the required services during the specified period as stated in the PWS. The technical evaluation of quotes will be on an " acceptable vs unacceptable" basis. •(b) The Government intends to evaluate quotations and make award without discussions (except clarifications as described in FAR 15.306(a)), therefore, the offeror(s) initial quote should contain the offeror' s best terms from a price and technical standpoint. A written notice of award or acceptance of a quote furnished to the successful offeror within the time for acceptance specified in the offer, will require the signature of an official anthorized to bind the successful offeror. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) FAR 52.212-3 -- Offeror Representations and Certifications (Apr 2012) -- Commercial Items is applicable to this solicitation and is hereby incorporated by reference. Offeror must include, with its offer, a completed copy of provision FAR 52.212- 3, Offeror Representations and Certifications-Commercial Items in full text. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the System for A ward Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR CLAUSES: FAR 52.212-4, Contract Tenns and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.253-1, 52.252-2: http://farsite.hill.af.mil, 52.252-6: (b) DFARS (Chapter 2), 252.203-7000, 252.203-7002, 252.204-7000, 252.204-7003, 252.204-7004, 252.225-7001, 252.232-7003, 252.232-7006, 252.243-7001, and 252-247-7023. FAR 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.204-10, 52.209-6, 52. 209-10, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222- 41, 52.223-18, and 52.232-33. FAR 52.217-9, Option to Extend the Term of the Contract is hereby incorporated (written notice 15 days; preliminary notice 30 days). LOCAL CLAUSES: AFFARS 5352.201-9101, Ombudsman (AUG 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 OMBC A-76 competition perfotmance decisions). •(c) If resolution cannot be made by the Contracting Officer, concerned parties may contact the Center/MAJCOM Ombudsman at AFDW/PK, Joint Base Andrews MD 20762, Phone # 240- 612-6112. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU 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) Submission of Quotations: Quotations will only be accepted via e-mail. Each quotation in response to FA7014-14-T-2999 must be received not later than Tuesday, July 29, 2014, by 4:00 p.m. (Washington, DC local time). All quotes shall include the offeror's Commercial and Government Entity (CAGE) code and Dun & Bradstreet (DUNS) number. All quotations shall be submitted to Ms. Lezlie Sinclair, Contract Specialist, at: lezlie.s.sinclair.ctr@mail.mil with a courtesy copy (cc): to SSgt Thomas L. Chamberlain, Contracting Officer, at: thomas.l.chamberlain.mil@mail.mil. The Government will not provide reimbursement for any costs associated with responding to this solicitation. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS number is required in order to register. All invoices shall be submitted electronically through Wide Area Work Flow. You can register at https://wawf.eb.mil. THOMAS L. CHAMBERLAIN Contracting Officer Attachment 1: Performance Work Statement (PWS)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-14-T-2999/listing.html)
- Place of Performance
- Address: U.S. Air Force Public Affairs Office in the Washington DC area., United States
- Record
- SN03408731-W 20140629/140627234638-fadbe32f52c80b130d15cb7199d2120b (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 |