Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2018 FBO #5931
SOLICITATION NOTICE

70 -- XML Conversion Software - Attachment 2 Customer Questionnaire (Past Performance) - Attachment 1 Performance Work Statement (PWS) - SP7000-18-R-0001 Combined Synopsis-Solicitation

Notice Date
2/16/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Harrisburg, 5404 J Avenue, Building 404, New Cumberland, Pennsylvania, 17070, United States
 
ZIP Code
17070
 
Solicitation Number
SP7000-18-R-0001
 
Archive Date
3/24/2018
 
Point of Contact
Chad R. Parent, Phone: 7177708665, Sarah R. Sprinkle, Phone: 7177708683
 
E-Mail Address
chad.parent@dla.mil, sarah.sprinkle@dla.mil
(chad.parent@dla.mil, sarah.sprinkle@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SP7000-18-R-0001 Combined Synopsis-Solicitation Attachment 1 Performance Work Statement (PWS) Attachment 2 Customer Questionnaire (Past Performance) Combined Synopsis/Solicitation SP7000-18-R-0001 PAGE 1 OF 59 PAGES This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 - Streamlined Procedures procedures for Evaluation and Solicitation for Commercial Items 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 issued as Request for Proposal (RFP) number SP7000-18-R-0001. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-96 effective 6 NOV 2017, and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20171228 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5, and PROCLTR 2018-03. This acquisition is set-aside for small business. The associated North American Industrial Classification System (NAICS) code is 511210 and the small business size standard is $38,500,000. Requirement: Defense Logistics Agency (DLA) has a requirement for an Extensible Markup Language (XML) Conversion Software Tool. Specifications are within Attachment 1, "Performance Work Statement." The contract will include the following supplies: software and associated licenses for the conversion of DSP documents to XML. The contract will include the following services: customization, maintenance/software updates, installation/technical support, and initial on-site training. In accordance with FAR 52.217-9, the Government intends to award the contract with one base year and two (2) one-year option periods, exercised at the Government's discretion. IMPORTANT DATES: Solicitation Posting Date: 02/16/2018 Question Submission Date: 02/23/2018 Responses / Question and Answer Forum: 02/28/2018 (teleconference) (See PAGE 2) Follow-up Response Date: 02/30/2018 via FedBizOpps (follow-up answers to the Q&A Forum) Solicitation Closing Date: 03/09/2018. 2:00PM Eastern Points of Contact: Please submit correspondence in conjunction with this solicitation to the following points of contact. Include Sol # in the subject line. Primary Contract Specialist: Chad Parent, Secondary Contracting Officer: Rachel Sprinkle E-mail address: chad.parent@dla.mil E-mail address: Sarah.Sprinkle@dla.mil PROPOSAL SUBMISSION INSTRUCTIONS Proposals must be submitted electronically only to the points of contacts listed below. It is the contractor's responsibility to ensure that their electronic correspondence and/or proposal information has been received by the Government. Please submit the proposal with the following information: a.Offeror Name b.Offeror Mailing Address c.Offeror CAGE Code d.Offeror POC e.Offeror POC Job Title f.Offeror POC phone number g.Offeror POC e-mail Questions should be submitted in writing, via email, to Chad.Parent@dla.mil and Sarah.Sprinkle@dla.mil by 02/23/2018. Submit your proposal by 03/09/2018 2:00PM Eastern, via email to chad.parent@dla.mil and Sarah.Sprinkle@dla.mil QUESTION AND ANSWER FORUM DLA will provide an additional Question and Answer forum via teleconference on 02/28/2018. The form will last for two (2) hours (1:00- 3:00 PM Eastern) and will answer questions previously submitted by vendors. To receive an invite you must be an interested party looking to submit a proposal by the submission deadline. Interested Vendors shall contact chad.parent@dla.mil and sarah.sprinkle@dla.mil by 02/26/2018, to receive the teleconference information. CONTRACT TYPE (FAR 52.216-1 (APR 1984)) The Government contemplates award of a Firm - Fixed Price contract under a Commercial Purchase Order contract resulting from this solicitation. OPTIONS: The Government intends to evaluate two (2) one-year optional term extensions to the resultant FFP contract in accordance with FAR 53.217-9, and an up to 6-month optional term extension in accordance with FAR 52.217-8. AWARD WITHOUT DISCUSSION (FAR 52.212-1(JAN 2017)) The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. NO AWARD The Government reserves the right not to make an award as a result of this RFP if such award is determined contrary to the best interest of the Government. BASIS FOR AWARD Award shall be made to a responsible eligible small business whose proposal provides the best value to the government and is technically acceptable based on the terms and conditions set fourth in the solicitation. PREPARATION COST The Government shall not be responsible or liable for any costs incurred by any parties in the preparation and submission of any proposal or live demonstration in response to this RFP. Contractor Manpower Reporting: Contractor Manpower Reporting IAW DLAD 37.103(e), the following requirement applies; Contractor manpower reporting language for performance work statement; The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Defense Logistics Agency via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecrnra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2014. Contractors may direct questions to the help desk at help desk at: http:www.ecmra.mil. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. All invoicing under this contract will be accomplished via Wide Area Workflow (WAWF). The following FAR, DFARS and DLAD clauses and provisions apply to this solicitation. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/. NOTE: To receive an award resulting from this solicitation, Offerors MUST be registered in the System for Award Management (SAM) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be completed Online at: https:// www.acquisition.gov. List of Attachments: Attachment 1 Performance Work Statement (PWS) Attachment 2 Customer Questionnaire (Past Performance)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DAPS/SP7000-18-R-0001/listing.html)
 
Record
SN04826803-W 20180218/180216231153-e2572734154cc756d774d27e5225e4d3 (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.