SOLICITATION NOTICE
D -- Docuware - PWS - J&A
- Notice Date
- 7/3/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W911N2) LEAD - (SPS), 1 OVERCASH AVE, CHAMBERSBURG, Pennsylvania, 17201-4150, United States
- ZIP Code
- 17201-4150
- Solicitation Number
- W911N2-18-Q-0024
- Archive Date
- 7/25/2018
- Point of Contact
- Hawa Janneh, Phone: 7172678036
- E-Mail Address
-
hawa.janneh.civ@mail.mil
(hawa.janneh.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- J&A Performance Work Statement 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; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is W911N218Q0024 and this is a Request For Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This solicitation is 100% set aside for Small Business. The anticipated award will be a Firm Fixed Price Contract, the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 541519. The SB size standard for this code is $27,500,000. Brand name only. CLIN 0001 1 Lot Description: One time on site visit to upgrade DocuWare software to be compatible with Windows 10 and Windows Server 2012R2. Move the database to a new server. Provide software and hardware updates and patches. Review and adjust DocuWare Desktop Application, restructure the User Administration, User Groups, User Roles and User Functions, provide administration training and individual user training. See attached Performance Work Statement. CLIN 0002 Manpower reporting 1 Lot All items shall be delivered FOB Destination to Letterkenny Army Depot, Chambersburg PA 17201 The following FAR provisions and clauses are applicable to this solicitation and may be obtained via internet at http://farsite.hill.af.mil Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Contractors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications- Commercial Item or complete electronic annual representations and certifications at https://www.sam.gov/portal/public/SAM. FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.209-2 Prohibition on Contracting With Inverted Domestic Corporations Representation FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1 Instructions to Offerors -- Commercial Items FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 (Dev) Contract terms and Conditions required to implement statutes or executive orders-Commercial Items FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation 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 FAR 52.222-22 Previous Contract and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers With Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.225-1 Buy American Act - Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-23 Assignment of Claims FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-3 Protest after Award FAR 52.247-34 F.o.b. Destination FAR 52.233-4 Applicable Law For Breach Of Contract Claim FAR 52.252-1 Solicitation Provisions incorporated by reference FAR 52.252-2 Clauses incorporated by reference FAR 52.252-5 Authorized Deviations in Provisions FAR 52.252-6 Authorized Deviations in Clauses DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A System for Award Management DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.247-7023 Transportation of Supplies by Sea IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Quotes must be valid for a period of 60 days; 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of Contact as indicated in this announcement. Contract Specialist: Hawa Janneh, hawa.janneh.civ@mail.mil Contracting Officer: Laura Buehler, laura.j.buehler.civ@mail.mil 5) Only email offers will be accepted. 6) Send quotes to all points of contact. 7) Contractors are required to be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) to be eligible for award 8) Response Time- Request for Quotation will be accepted at Letterkenny Army Depot not later than 16:30 (4:30 p.m.) Eastern Standard Time on 10 July 2018. All quotes must be marked with RFQ number and title. 9) Wage Determination 2015-4253, Rev 7, dated 1/10/2018 is incorporated. Wage Determination can be viewed at http://www.wdol.gov. Attachment(s): 1. Performance Work Statement 2. Redacted J&A
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b1fd083efbd240a23b0fc214f6f500d0)
- Place of Performance
- Address: Chambersburg PA, United States
- Record
- SN04979188-W 20180705/180703231241-b1fd083efbd240a23b0fc214f6f500d0 (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 |