Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2015 FBO #5013
MODIFICATION

70 -- Teammate Software

Notice Date
8/13/2015
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
F2VUCC5202AW01
 
Archive Date
8/29/2015
 
Point of Contact
Felix Castro Espinosa, Phone: 3214947041, Alyson Gowin,
 
E-Mail Address
Felix.castro_espinosa.1@us.af.mil, alyson.gowin@us.af.mil
(Felix.castro_espinosa.1@us.af.mil, alyson.gowin@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial supply and/or service 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. This is a Request for Quote (RFQ) and the solicitation number is F2VUCC5202AW01. This acquisition is a 100% small business set aside. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: DESCRIPTION OF REQUIREMENT: Brand name or equal software maintenance CLIN 0001 USSOCOM -Teammate Software Maintenance - Renewal of 10 each TeamMate Software licenses with product updates and telephone support. Salient Characteristics: USSOCOM SOIG-Audit Branch requires automated working paper software. Software enables auditors to spend less time documenting and reviewing and more time providing audit services. CCH Teammate is currently in use and streamlines the planning process and automates working paper preparation, review, report generation, and audit issue management. Proposed solution for SOCOM must: 1) Be able to communicate effectively and transfer files with existing CCH Teammate software currently in use 2) Meet the standards of DODI 8500.2, Information Assurance Implementation. 3) Be interoperable with USSOCOM's current enterprise network solutions, including both SIPR and NIPR 4) Provide audit log configuration and integration of auditing files from applications, operating systems, and network logs 5) Include software maintenance support to remediate and/or fix any deficiency releases needed to eliminate minor problems occurring after a major release; includes all system and security patches as well as required fixes needed to maintain security compliance with DOD standards. 6) provide on-call support to assist in recovery and management of data, files, and services 7) provide technical support to assigned personnel to ensure the continued operations with no lapse in current capability 8) must be compatible with Teammate files and must be vetted and cleared to be on a classified network 9) maintain use of and availability of historical data that is contained on the Team Mate software Attachment #1 DFARS 252.209-7992 Clause Please complete the attached DFARS clause and return it with your quote. Offerors that do not return DFAR 252.209-7992 will be ineligible for award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 03 Aug 2015, DFAR DPN 20150626, and AFFAR AFAC 2015-0406. The North American Industry Classification System code (NAICS) is 511210, software publishers. The Standard Industrial Classification (SIC) is 7030, ADP Software. A firm fixed price contract will be awarded. All interested parties must bid on all items. This is a Brand Name or Equal requirement. Any Or Equal proposal received will be sent to the technical advisor for compatibility or functionality. Award will be made to the quotation which offers the best value to the government. The Government also reserves the right to make no award at all. DELIVERY ADDRESS: 7701 Tampa Pointe BLVD Building 501/Room 2127, Macdill AFB, FL 33621 Period of Performance: 18 Aug 2015- 17 Aug 2016 PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.217-5 Evaluation of Options; FAR 52.219-1, Small Business Program Representations; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1, Solicitation Provisions Incorporated by Reference. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://www.sam.gov for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.204-10, Reporting Executive Compensation First-Tier Subcontract Awards; FAR 52.219-28, Post Award Small Business Program Representation; 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 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-SAM; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD officials; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD officials; DFARS 252.204-7003, Control of government personnel work product; DFARS 252-204-7004 Alt A, System for Award Management, Alternate A; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of contract modifications; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Notification of transportation of Supplies by Sea. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text: DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations. 52.217-9 -- Option to Extend the Term of the Contract. Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 Days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 Years. AFFARS 5352.201-9101, Ombudsman: (April 2014) (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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Mr. Gregory S. Oneal, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: Gregory.Oneal@us.af.mil or Mr. Michael R. Wagner, AFICA/KP, 1940 All brook Drive, Bldg. 1, Wright-Patterson AFB, OH 45433, phone number (937) 257-5529, email: Michael.Wagner@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman levels, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Friday, 14 August 2015, by 12:00 p.m. EST. Submit offers or questions to the attention of Felix Castro Espinosa, by email to Felix.castro_espinosa.1@us.af.mil or Alyson Gowin at alyson.gowin@us.af.mil. No phone calls will be accepted. Attachment: 1. DFARS 252.209-7992
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/F2VUCC5202AW01/listing.html)
 
Place of Performance
Address: 7701 TAMPA POINTE, Macdill AFB, Florida, 33621, United States
Zip Code: 33621
 
Record
SN03838793-W 20150815/150814000817-6d57f3a84a1ee7647c98670995a333d5 (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.