SOLICITATION NOTICE
D -- Maximo Asset Management Subscription and Support Renewal - Single Source Justification Redacted - Wage Determination
- Notice Date
- 9/7/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- FA9301-18-Q-0001
- Archive Date
- 10/3/2017
- Point of Contact
- ALESSANDRA BARZAGHI, Phone: 6612770987, Nancy R. Palmer, Phone: 6612752538
- E-Mail Address
-
ALESSANDRA.BARZAGHI@US.AF.MIL, nancy.palmer@edwards.af.mil
(ALESSANDRA.BARZAGHI@US.AF.MIL, nancy.palmer@edwards.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation - FA9301-18-Q-0001 This is a combined synopsis/solicitation for commercial products prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and an additional written solicitation will not be issued. This is a Request for Quotation (RFQ). All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Supplements, Federal Acquisition Circular (FAC) 2005-95, AFAC 2017-0127 and DFARs Change Notice (DPN) 20161222. NAICS is 511210 with a size standard of $38.5M. The Service Contract Act may apply. Reference DoL, Wage Determination Number 2015-5603, Revision 5, dated 03 August 2017. This is a commercial acquisition, with no small business set-aside. The Air Force Test Center (AFTC) located at Edwards Air Force Base, CA is seeking to purchase for the renewal of the subscription and support for Maximo Asset Management, as listed below. See attached Brand Name Justification - Redacted. Performance Requirements: The Contractor shall provide products with the following requirements: Brand Name : Maximo Asset Management Products t o be acquired under this contract : 1.) Maximo Asset Management Authorized User Annual Software Subscription and Support Renewal, P/N: E0AU2LL - 100 EACH 2.) Maximo Asset Management Limited Use Authorized User Annual Software Subscription and Support Renewal, P/N: E0AU1LL - 25 EACH Place of delivery and acceptance shall be FOB Destination: 412 CEG Attn: F9-2016-009 45 N. Wolfe Avenue Edwards Air Force Base, CA 93524. Period of Performance: 1 October 2017 to 30 September 2018. Interested parties who believe they can meet all the requirements for the services described in this synopsis are invited to submit in writing a complete quote. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis/solicitation. Evaluation: The government will be evaluating quotes IAW FAR 52.212-2(a) -- Evaluation -- Commercial Items (Oct 2014). This requirement is contingent upon the availability of funds. Currently this is an unfunded requirement. Award is projected 1 Oct 2017. No award will be made under this Combined Synopsis/Solicitation until funds are available. The Government has no obligation to reimburse an offeror for any costs associated with preparation of a quote for submission. FY18 funding is projected to be available 1 Oct 2017 - pending avabilable funding. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factor(s) will be used to determine best value: •i. Price •ii. Technical capability of the offer to meet the Government requirement Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be awarded. "Technical acceptability" is based on offers which meet all of the Government's requirements. Offers are due at the Air Force Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, no later than 18 September 2017 at 4:00 pm Pacific Standard Time. All offers or questions are to be sent via email to: alessandra.barzaghi@us.af.mil. Phone: 661-277-0987, Fax: 661-277-0470. Alternate point of contact is Nancy Palmer, (661) 275‐7143 e‐mail: nancy.palmer.2@us.af.mil. LATE SUBMISSIONS WILL NOT BE ACCEPTED. PROVISIONS AND CLAUSES NOTE: This is an acquisition of a COMMERCIAL SUPPLY. This list is not all inclusive. The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.252-1 -- Solicitation Provisions 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 address: http://farsite.hill.af.mil. 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 The following provisions and clauses apply ( this list is not all-inclusive.) : Source Provision (P) Clause (C) Clause/ Provision Title Date FAR P 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements -Representation Jan 2017 FAR C 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements Jan 2017 FAR P 52.204-7 System for Award Management Oct 2016 FAR C 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR P 52.204-16 Commercial and Government Entity Code Reporting Jul 2016 FAR C 52.204-18 Commercial and Government Entity Code Maintenance Jul 2016 FAR C 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 FAR P 52.204-22 Alternative Line Item Proposal Jan 2017 FAR P 52.204-20 Predecessor of Offeror Jul 2016 FAR C 52.204-21 Basic Safeguarding of Covered Contractor Information Systems Jun 2016 FAR C 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR C 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations Nov 2015 FAR P 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law Feb 2016 FAR P 52.212-1 Instructions to Offerors -- Commercial Items Jan 2017 FAR P 52.212-2 Evaluation -- Commercial Items Oct 2014 FAR P 52.212-3 Offeror Representations and Certifications -- Commercial Items Jan 2017 FAR C 52.212-4 Contract Terms and Conditions -- Commercial Items Jan 2017 FAR C 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION 2013-O0019) Jun 2016 FAR C 52.219-28 Post-Award Small Business Program Rerepresentation Jul 2013 FAR C 52.222-3 Convict Labor Jun 2003 FAR C 52.222-19 Child Labor-Cooperation with Authorities and Remedies Oct 2016 FAR C 52.222-21 Prohibition of Segregated Facilities Apr 2015 FAR C 52.222-26 Equal Opportunity Sep 2016 FAR C 52.222-36 Equal Opportunity for Workers With Disabilities Jul 2014 FAR C 52.222-50 Combating Trafficking in Persons Mar 2015 FAR C 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR P 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals - Representation Dec 2016 FAR C 52.224-3 Privacy Training Jan 2017 FAR C 52.225-13 Restriction on Certain Foreign Purchases Jun 2008 FAR P 52.225-18 Place of Manufacture Mar 2015 FAR P 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications Oct 2015 FAR C 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management Jul 2013 FAR C 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR C 52.233-3 Protest after Award Aug 1996 FAR C 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR P 52.252-3 Alterations in Solicitation Apr 1984 FAR P 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR C 52.252-6 Authorized Deviations in Clauses Apr 1984 DFARS C 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS C 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013 DFARS P 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS C 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS P 252.204-7004 Alternate A, System for Award Management Feb 2014 DFARS C 252.204-7006 Billing Instructions Oct 2015 DFARS P 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls Oct 2016 DFARS P 252.204-7011 Alternative Line Item Structure Sep 2011 DFARS C 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Oct 2016 DFARS C 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support May 2016 DFARS C 252.211-7003 Item Unique Identification and Valuation Mar 2016 DFARS P 252.213-7000 Notice to Prospective Suppliers on use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations Jun 2015 DFARS C 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013 DFARS C 252.225-7048 Export-Controlled Items Dec 2016 DFARS C 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012 DFARS C 252.232-7006 Wide Area WorkFlow Payment Instructions May 2013 DFARS C 252.232-7010 Levies on Contract Payments Dec 2006 DFARS C 252.244-7000 Subcontracts for Commercial Items Jun 2013 DFARS C 252.247-7023 Transportation of Supplies by Sea Apr 2014 AFFARS C 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Nov 2012 AFFARS C 5352.201-9101 Ombudsman Jun 2016
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9301-18-Q-0001/listing.html)
- Place of Performance
- Address: 5 S. WOLFE AVENUE, BLDG 2800, EDWARDS AFB, California, 93524-1185, United States
- Zip Code: 93524-1185
- Zip Code: 93524-1185
- Record
- SN04667099-W 20170909/170907233128-16cc84b5086fee2c955e8d687814b415 (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 |