Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2018 FBO #5977
SOLICITATION NOTICE

C -- DSCA, DISCS, VTC System - PWS for SVTC

Notice Date
4/3/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
 
ZIP Code
22202-5408
 
Solicitation Number
HQ0013-18-Q-0045
 
Archive Date
4/27/2018
 
Point of Contact
Constance House, Phone: 7036979961, Erwin Cablay, Phone: 7036978951
 
E-Mail Address
constance.v.house.civ@mail.mil, erwin.c.cablay.civ@mail.mil
(constance.v.house.civ@mail.mil, erwin.c.cablay.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Performance Work Statement (PWS) is for the procurement of secret video conference capability hardware for the DSCA, DISC, Wright-Patterson AFB, OH. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation document, HQ0013-18-Q-0045 is issued as a Request for Quote (RFQ). Defense Security Cooperation Agency (DSCA) DBO Contracting Office intends to award a commercial, firm fixed price contract. (iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-97, effective January 24, 2018. It is the responsibility of the Offeror to review the web page for notice of amendments, updates or changes to the solicitation. (iv) The Defense Security Cooperation Agency, (DSCA), Defense Institute of Security Cooperation Studies (DISCS), Wright-Patterson AFB, OH requires the procurement of Secret Video Teleconference Real Presence Group Convene and installation. (1) Secret Video Teleconference Real Presence Group Convene and (1) Purchase Convene Warranty l YR. The secret video teleconference capability hardware is require to support meetings and other requirements with DoD and other agencies. (v) This requirement is 100% small business set-aside. Brand Name or Equal. The equal product of the brand name manufacturer must meet the salient physical, functional or performance characteristics specified in the attached Performance Work Statement (PWS). To meet the salient physical, functional, or performance characteristics specified in this solicitation, the offerors must clearly identify the item by brand name if any and make or model nunber. The offeror must include descriptive literature such as illustrations, drawing, or a clear reference to previously furnished descriptive. The applicable North American Classification System (NAICS) code is 541511 Custom Computer Programming Services. The small business size standard is $27.5 million. (vi) Specifics. The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. The contractor shall provide 12 months of warranty on hardware and installation for the Polycom Real Presence Group Convence VTC System. The contractor shall deliver and install the equipment within 30 business days of contract award. (vii) DSCA intends to purchase the services for the following Line Items for 12 months of warranty on hardware and installation (service). Description of Requirement Qty Units Line Item 0001 Secret Video Teleconference Real Presence Group Convene 1 EA Line Item 0002 1 Year warranty, required on Purchase Convene Allows for software updates to remain STIG Compliant 1 EA Line Item 0003 Services - VTC System Installation/Training - Systems Engineer 1 LOT Line 0004 Services - Material Handling 1 EA (viii) Clauses and Provisions. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. FAR 52.252-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows. (ix) A single award will be made to the responsible Offeror whose quote conforms to the solicitation requirements and presents the lowest price technically acceptable (LPTA) quote and meets the evaluate of Brand Name or Equal. (x) Contract award will be made to the lowest evaluated price meeting or exceeding the minimum acceptability standards for non-cost factors. Quotes will be evaluated on an "acceptable" or "unacceptable" basis. Quotes will be evaluated for acceptability and shall meet the minimum requirements in order to be considered awardable. Past performance information will also be obtained from all electronic databases and other sources available to the government. Past performance will be rated on an "acceptable" or "unacceptable" basis. (xi) The Contractor shall submit a proposal that meets the minimum requirements of the PWS. The Government shall consider this information, as well as information obtained from any other sources such as the Past Performance Information Retrieval System (PPIRS), when evaluating the past performance. (xiii) Price - The Government will evaluate Price for reasonableness in accordance with FAR 13.106-3(a) basis for award. Award will be made on the basis of the lowest evaluated price meeting or exceeding the acceptability standards. (xiv) Provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xv) Provision at FAR 52.252-2, Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xvi) Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (xvii) 52.212-2 -- Evaluation -- Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation the most advantageous to the Government, price and other factors is considered. (xviii) Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy.) The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xix) Provision at FAR 52.212-3, Alt1 Offeror Representations and Certifications Commercial Items, Alternate I applies. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (q) of this provision.The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. The following clauses cited within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, apply: 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sep 2006)\ 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Aug 2013) 52.211-6, Brand Name or Equal, (Aug 1999) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concern (Oct 2014) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644) 52.219-8, Utilization of Small Business Concerns (Oct 2014) 52.219-14, Limitation on Subcontracting (Nov 2011) 52.219-28, Post Award Small Business Rerepresentation (Jul 2013) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with authorities and Remedies (Jan 2014) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Apr 2015) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (Jul 2014) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) 52.222-50, Combating Trafficking in Persons (March 2015) (22 U.S.C. 7404(g)) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) 52.232-40, Providing Accerlerated Payments to Small Business Subcontractors (Dec 2013) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.) 52.232-23, Assignment of Claims (Jan 1986) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.232-39, Unenforceability of Unauthorized Obligations 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.232-36, Payment by Third Party (May 2014) 52.242-13, Bankruptcy (Jul 1995) 52.246-4, Inspection of Services - Fixed Price (Aug 1996) 52.249-1, Termination for the Convenience of the Government (Fixed Price) (Short Form) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7003, Agency Office of Inspector General (Apr 2012) 252.203-7006, Billing Instructions (Oct 2005) 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.225-7012, Preference for Certain Domestic Commodities (Feb 2013) 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.243-7002, Request for Equitable Adjustment Other FAR/DFARS provisions/clauses are incorporated by reference and include DFARS 212.212-7000, Offeror Representations and Certifications-Commercial Items and DFARS 212.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The full text of the clauses or provisions may be accessed electronically at one of the following links://www.deskbook.osd.mil, http://farsite.hill.af.mil, http://www.arnet.gov/far. (xx) Submission Requirements: Questions shall be submitted by Friday, April 6, 11:00 am Eastern Standard Time (EST) via email to: constance.v.house.civ@mail.mil. Quotes shall be submitted by Thursday, April 12, 2018, 11:00 am EST with the line item breakdown provided within this combined synopsis/solicitation. Quotes shall be submitted via email to: constance.v.house.civ@mail.mil, with the Subject Line "HQ0013-18-Q-0045, DSCA, DISCS Wright-Patterson AFB, OH, VTC System. Facsimile submission will not be accepted. Further details regarding this requirement can be found in the attached Performance Work Statement (PWS).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013-18-Q-0045/listing.html)
 
Place of Performance
Address: 2475 K Street, Building 52, Wright-Patterson, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04876818-W 20180405/180403231838-495994e858d48b83613d556fdcf15fe2 (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.