Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2016 FBO #5381
SOLICITATION NOTICE

R -- Task Management Tool Support Services - PWS

Notice Date
8/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, HQ AF Reserve Command, 255 Richard Ray Blvd, Robins AFB, Georgia, 31098-1637
 
ZIP Code
31098-1637
 
Solicitation Number
FA6643-16-R-0008
 
Archive Date
9/13/2016
 
Point of Contact
Heather J McCombs, Phone: 478-327-1619
 
E-Mail Address
heather.mccombs@afrc.af.mil
(heather.mccombs@afrc.af.mil)
 
Small Business Set-Aside
N/A
 
Description
J & A Data PWS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 solicitation is being issued as a request for proposal (RFP) FA6643-16-R-0008. Closing date is 29 Aug 16, 4:00 PM. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 dated 15 Aug16. This acquisition is solicited under Sole Source authority under FAR 6.302-1. Responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The applicable NAICS code is 541519. Size Standard is $27.5M The contractor's proposal must include all items listed for each CLIN and period of performance. Include information other than cost or pricing data to support your Firm Fixed Price for CLIN 0001 to include type and number of hours to perform the work. This acquisition is being solicited as FOB Destination. Line Item Number Description: Basic Period CLIN 0001: Quantity: 12; Unit of Issue: MO; Description: Susstainment and support of the Customer Relationship Management (CRM)/Task Management Tool (TMT) System at 155 Richard Ray Blvd, Robins AFB, GA 31098-1635 in accordance with the Performance Work Statement (Attachment 1). Period of Performance: 19 Sep 16 - 18 Sep 17 CLIN 0002: Quantity: 1: Unit of Issue: LO; Description: Travel IAW JTR, To be negotiated prior to Travel. Period of Performance: 19 Sep 16 - 18 Sep 17 Option Period 1 (The 12 Month Period Immediately Following the Basic Period) CLIN 1001: Quantity: 12; Unit of Issue: MO; Description: Susstainment and support of the Customer Relationship Management (CRM)/Task Management Tool (TMT) System at 155 Richard Ray Blvd, Robins AFB, GA 31098-1635 in accordance with the Performance Work Statement (Attachment 1). Period of Performance: 19 Sep 17 - 18 Sep 18 CLIN 1002: Quantity: 1: Unit of Issue: LO; Description: Travel IAW JTR, To be negotiated prior to Travel. Period of Performance: 19 Sep 17 - 18 Sep 18 Option Period 2 (The 12 Month Period Immediately Following the Option Period 1) CLIN 2001: Quantity: 12; Unit of Issue: MO; Description: Susstainment and support of the Customer Relationship Management (CRM)/Task Management Tool (TMT) System at 155 Richard Ray Blvd, Robins AFB, GA 31098-1635 in accordance with the Performance Work Statement (Attachment 1). Period of Performance: 19 Sep 18 - 18 Sep 19 CLIN 2002: Quantity: 1: Unit of Issue: LO; Description: Travel IAW JTR, To be negotiated prior to Travel. Period of Performance: 19 Sep 18 - 18 Sep 19 Option Period 3 (The 12 Month Period Immediately Following the Option Period 2) CLIN 3001: Quantity: 12; Unit of Issue: MO; Description: Susstainment and support of the Customer Relationship Management (CRM)/Task Management Tool (TMT) System at 155 Richard Ray Blvd, Robins AFB, GA 31098-1635 in accordance with the Performance Work Statement (Attachment 1). Period of Performance: 19 Sep 19 - 18 Sep 20 CLIN 3002: Quantity: 1: Unit of Issue: LO; Description: Travel IAW JTR, To be negotiated prior to Travel. Period of Performance: 19 Sep 19 - 18 Sep 20 Option Period 4 (The 12 Month Period Immediately Following the Option Period 3) CLIN 4001: Quantity: 12; Unit of Issue: MO; Description: Susstainment and support of the Customer Relationship Management (CRM)/Task Management Tool (TMT) System at 155 Richard Ray Blvd, Robins AFB, GA 31098-1635 in accordance with the Performance Work Statement (Attachment 1). Period of Performance: 19 Sep 20 - 18 Sep 21 CLIN 4002: Quantity: 1: Unit of Issue: LO; Description: Travel IAW JTR, To be negotiated prior to Travel. Period of Performance: 19 Sep 20 - 18 Sep 21 The following Clauses/Provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors FAR 52.212-2, Evaluation - Commercial Items (Oct 2014) •(a) 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 following factors shall be used to evaluate offers: Price Only. Offerors are requested to include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications - Commercial Items (Jul 2016), with their offer. FAR 52.203-3, Gratuities FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate 1 FAR 52.204-14 Service Contract Reporting Requirements FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Of Executive Order - Commercial Items FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-9, SB Subcontracting Plan 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 FAR52.222-22, Previous Contracts and Compliance Reports FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation FAR 52.217-5, Evaluation of Options FAR 52.217-9, Option to Extend the Term of the Contract, Fill-exercise of option within 1 day with a 10 days notice. FAR 52.227-14 Rights in Data FAR 52.227-15 Representation of Limigted Rights Data and Restricted Computer Software FAR 52.252-2 Clauses Incorporated by reference. Fill-in http://farsite@hill.af.mil DFAR 252.212-7000 Offeror Representation and Certifications - Commercial Items DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Of Executive Order - Commercial Items DFAR 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009) DFAR 252.225-7012, Preference for Certain Domestic Commodities (Dec 2008) DFAR 252.227-7015 Technical Data-Commercial Items DFAR 252.232-7003 Electonic Funds Transfer DFAR 252.243-7002 Requests for Equitable Adjustments DFAR 252-247-7024 Notification of Transportation of Supplies by Sea 252.232-7006 Wide Area WorkFlow Payment Instructions. As prescribed in 232.7004(b), use the following clause: Wide Area Workflow Payment Instructions (MAY 2013) (a) Definitions. As used in this clause - Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall - (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMBO (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. F5BFSC (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F87700 Issue By DoDAAC FA6643 Admin DoDAAC FA6643 Inspect By DoDAAC F5BFSC Ship To Code N/A Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) F5BFSC Service Acceptor (DoDAAC) F5BFSC Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. N/A (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. CO, HQ AFRC/PKA 478-327-1619 (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. 5352.201-9101 OMBUDSMAN (NOV 2012) (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, the interested party may contact the ombudsman, Col Traci Kueker-Murphy, HQ AFRC DSD, 255 Richard Ray Blvd, Robins AFB GA 31098. Comm 478-327-2440 traci-kuekermurphy@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/AFISRA ombudsman level, 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/HQAFRC/FA6643-16-R-0008/listing.html)
 
Place of Performance
Address: HQ AFRC/A6XR, 155 Richard Ray Blvd, Robins AFB, Georgia, 31098-1635, United States
Zip Code: 31098-1635
 
Record
SN04224322-W 20160817/160815235426-5037d6ff2309faa69694439347a60903 (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.