Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2015 FBO #5006
SOLICITATION NOTICE

70 -- U.S. Federal Shavlik Protection S-STD-WS-F and Support

Notice Date
8/6/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-15-T-0289
 
Response Due
8/20/2015
 
Archive Date
10/5/2015
 
Point of Contact
Payten E. Redfearn, 4438614731
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(payten.e.redfearn.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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. Solicitation Number: W91ZLK-15-T-0289 Notice Type: Combined Synopsis/Solicitation 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. The solicitation number is W91ZLK-15-T-0289 and is being issued as a Request for Quotation (RFQ). Under this requirement, the Army Contracting Command-Aberdeen Proving Ground (ACC-APG) intends to award a commercial, firm-fixed-price (FFP) purchase order. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83 (3 August 2015). The applicable NAICS code is 511210 - Software Publishers, which has a business size standard of $38.5M. This acquisition is being competed on a full and open basis and is not set aside for small businesses. This procurement is being conducted using the Simplified Acquisition Procedures authorized by FAR Part 13. The Contractor shall provide a unit price for each of the below contract line items. Line# Item Description QTY 0001 U.S. Federal Shavlik Protect Standard for Workstation LANDesk Software Manufacturer P/N S-STD-WS-F 1,800 0002 U.S. Federal Production Support/Subscription for Shavlik Protect Standard for Workstation, 1 year LanDesk Software, dba Shavlik SSTD-WS-P-SSS-F 1,800 This software is restricted to the quote mark Shavlik quote mark brand name and a brand name only justification has been prepared and approved citing the authority at FAR 13.106(b). A redacted version of this justification has been attached to this solicitation in accordance with FAR 5.102(a)(6). These items will be used by the United States Army at Aberdeen Proving Ground, Maryland. The support subscription listed under CLIN 0002, shall include software updates, bug fixes and telephone support for one (1) year. Additionally, the support listed under CLIN 0002 shall provide the United States Army Point of Contact's technical support team the ability to report problems and failures to the vendor's Technical Support Desk via toll free telephone number, email, or chat. All inquiries shall be entered into a call tracking system. A unique trouble ticket number will be assigned and provided to the customer. As developments or milestones are attained within the trouble shooting process, this information will be updated within the vendor's system and can be accessed via a web portal interface. The Period of Performance shall be for one year from date of award. Delivery, Inspection, Acceptance shall be FOB Destination. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The lowest price technically acceptable (LPTA) process described in FAR 15.101-2 will be used, meaning the award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical evaluation will be a determination based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. In order to be considered technically acceptable, Contractor responses must provide: a. Detailed information showing that the Contractor is able to meet the requirements. b. Point of contact name and contact information, company CAGE code, DUNS number, and TIN. Partial quotes will not be evaluated by the Government. FAR 52.252-1 - Solicitation Provisions Incorporated by Reference 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 and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.mil The following clauses and provisions are incorporated by reference: 52.203-13, Contractor Code of Business Ethics and Conduct 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.212-4, Contract Terms and Conditions- Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation 2013-O0019) 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.223-11, Ozone-Depleting Substances 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-1, Payments 52.232-33, Payment by Electronic Funds Transfer- System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations 52.233-1, Disputes 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.243-1, Changes- Fixed Price 52.246-16, Responsibility for Supplies 52.247-34, FOB Destination 52.249-1, Termination for Convenience of the Government (Fixed-Price)(Short Form) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.211-7003 Item Unique Identification and Valuation 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7048, Export-Controlled Items 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 252.232-7006 Wide Area Workflow Instructions 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST PROGRAM (AUG 2012) ACC-APG 5152.233-4900 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. SUBMISSION PROCEDURES: Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. Also in accordance with the clause, all prospective offerors must be actively registered in the System for Awards Management (SAM) prior to award. Contractors may register with SAM online for free at www.sam.gov. All responsible sources should submit quotes to Staff Sergeant Payten E. Redfearn via e-mail: payten.e.redfearn.mil@mail.mil by Tuesday August 20, 2015 at 3:30 PM Eastern. TELEPHONE REQUESTS WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/55fee8fafe53b337022302736798b21d)
 
Place of Performance
Address: ACC-APG-TENANT CONTRACTING DIV 6001 Combat Drive Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03827997-W 20150808/150807000330-55fee8fafe53b337022302736798b21d (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.