SOLICITATION NOTICE
D -- R2M Annual Software Maintence Support - Wage Determination - Performance Work Statement - Single Source Justification
- Notice Date
- 6/10/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- F3QCBX6085A001
- Archive Date
- 7/2/2016
- Point of Contact
- Delayna L. Heisig, , Justin C. Van Orsdol, Phone: 478-327-9911
- E-Mail Address
-
delayna.heisig@us.af.mil, justin.van_orsdol.1@us.af.mil
(delayna.heisig@us.af.mil, justin.van_orsdol.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Single Source Justification PWS Wage Detemination AFSC/PZIOB at Robins AFB, GA is contemplating an award for the Contracting Mission Control Section. The requirement is annual maintenance, phone and on-site support for Relativity Records Manager (R2M) software. Contemplated period of period of performance includes a base period of one year from 28 Sep 2016 through 27 Sep 2017 and one, one-year option from 28 Sep 2017 through 27 Sep 2018. (i) This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. Quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number is PR# F3QCBX6085A001. This is a request for quotation (RFQ). (iii) The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88 and DFARs Change Notice (DPN) 20160607. (iv) The Product Service Code (PSC) code is D319. NAICS is 541511 and the size standard is $27.5M in annual revenue. This acquisition is to be sole source to Relativity Inc., a copy of the redacted single source justification is attached. Any offerors who believe they could meet the requirement may send a statement as such to the undersigned Contracting Officer for review. (v) Contract Line Item Number(s) (CLINS) ITEM NO DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 0001 Annual R2M Software Maintenance Support 12 MO _______ ________ The contractor shall provide requested phone and/or on-site technical support for Relativity Records Manager (R2M) currently installed at Robins AFB, GA. Period of Performance: 28 Sep 2016 through 27 Sep 2017 0002 OPTION 1: Annual R2M Software Maintenance Support 12 MO _______ ________ The contractor shall provide requested phone and/or on-site technical support for Relativity Records Manager (R2M) currently installed at Robins AFB, GA. Period of Performance: 28 Sep 2017 through 27 Sep 2018 (vi) Description of Requirements: The work consists of, but is not limited to, furnishing all labor, materials, equipment, and supervision required to provide requested phone and/or on-site technical support for Relativity Records Manager (R2M) currently installed at Robins AFB, GA. Robins AFB ATTN: Phil Gladney 215 Page Rd. Suite 131 Robins AFB, GA 31098-1622 Please coordinate with the technical POC, Mr. Phil Gladney, prior to starting performance. (vii) The Government desires FOB Destination, Robins AFB, CA for the delivery of any product(s) or performance of any services required in fulfilling this requirement detailed in paragraph (v). (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: •· Offerors may submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name _________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Date of delivery ARO N/A_____________ 7. Business Type (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number (if applicable) _____________________________________ 10. Email address___________________________________________________ (ix) FAR 52.212-02 Evaluation - Commercial Items, is not applicable to this RFQ as has been determined to be a single source requirement. The Government intends to award a contract resulting from this solicitation to the responsible offeror, Relativity Inc., (x) Offerors must include with their proposal a completed copy of the provision at FAR 52.204-7 together with DFARS 252.204-7004 Alternate A, System for Award Management and FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate 1, with their quote, unless this information has been submitted electronically as part of its annual representations and certificates at https://www.sam.gov. Please note FAR 52.209-11 also applies and should be included in the annual representations and certifications at sam.gov, but may be provided separately. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies (Jun 2013) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies (May 2015). (xii) The following is a contemplated list of clauses/provisions; the final list of clauses is dependent upon actual dollar value of the award and may change from the list provided below. Full text clauses can be accessed via http://farsite.hill.af.mil/vffara.htm Source Reg. No. Clause Title Date AFFARS 5352.201-9101 OMBUDSMAN NOV 2014 DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS SEP 2011 DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS SEP 2013 DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS NOV 2011 DFARS 252.203-7998 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS--REPRESENTATION (DEVIATION 2015-O0010) FEB 2015 DFARS 252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIAITON 2015-O0010) FEB 2015 FAR 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS JUL 2013 FAR 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING NOV 2014 FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE NOV 2014 DFARS 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION NOV 2013 DFARS 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS FEB 2014 FAR 52.209-6 PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT AUG 2013 FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS APR 2014 FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS MAR 2015 FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS -- ALTERNATE I OCT 2014 FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS DEC 2014 FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS MAR 2015 FAR 52.222-3 CONVICT LABOR JUN 2003 FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES FEB 1999 FAR 52.222-26 EQUAL OPPORTUNITY MAR 2007 FAR 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES JUL 2014 FAR 52.222-41 SERVICE CONTRACT LABOR STANDARDS MAY 2014 FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS MAR 2015 FAR 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING AUG 2011 FAR 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES JUN 2008 FAR 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS DEC 2012 DFARS 252.225-7048 EXPORT-CONTROLLED ITEMS JUN 2013 FAR 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS JUN 2013 FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS DEC 2006 DFARS 252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL JUN 2013 FAR 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS APR 1984 FAR 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES DFARS 252.225-7048 EXPORT-CONTROLLED ITEMS JUN 2013 DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS JUN 2012 DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS MAY 2014 DFARS 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS JUNE 2013 AFFARS 5352.223-9000 ELIMINATION OF USE of CLASS I ODS NOV 2012 FAR 52.232-8 DISCOUNTS FOR PROMPT PAYMENT FAR 52.252-1, Solicitation Provision Incorporated by Reference (Feb 1998) 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 this/these address(es): http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil In accordance with DFARS 252.204-7004, Alternate A, System for Award Management, prior to receiving any contract award, contractors must be registered in System for Award Management (SAM). If not already registered, you should immediately register with SAM via the Internet at https://www.sam.gov/. Confirmation of SAM registration must be obtained before award can be made. 5352.201-9101 Ombudsman (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 interested 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, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Ms. Kim McDonald (Kim.McDonald@robins.af.mil), WR-ALC/PKC, Bldg 300 West Wing, Robins AFB GA 31098-1611, phone number (478) 472-1088, facsimile number (478) 926-7984. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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. Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests, Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments, requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area WorkFlow (WAWF) is the DoD system for implementing this statutory requirement. Use of the system is at NO COST to the contractor and training is available at https://wawf.eb.mil /. (xiii) This acquisition requires no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. Commercial interim and/or advance payments will not be made. (xiv) DPAS assigned rating is N/A. Place of Performance (for on-site work): Robins AFB, GA 31098 PERIOD FOR ACCEPTANCE OF QUOTES: The offeror agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCBX6085A001/listing.html)
- Place of Performance
- Address: 215 Page Rd. Suite 131, Robins AFB, Georgia, 31098, United States
- Zip Code: 31098
- Zip Code: 31098
- Record
- SN04146416-W 20160612/160610234608-602605ec6af0883ec2326bfcdf5e3b45 (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 |