Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 30, 2020 SAM #6880
SOLICITATION NOTICE

70 -- HQ AFRC FY21 ESRI

Notice Date
9/28/2020 11:30:46 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
FA6643 AF RESERVE CMD HQ AFRC PK ROBINS AFB GA 31098-1637 USA
 
ZIP Code
31098-1637
 
Solicitation Number
FA6643-20-Q-7AW01
 
Response Due
10/7/2020 12:00:00 PM
 
Archive Date
11/15/2020
 
Point of Contact
Katherine Whelchel
 
E-Mail Address
katherine.whelchel@us.af.mil
(katherine.whelchel@us.af.mil)
 
Description
This solicitation is a sole source effort to Environmental Systems Research Institute (ESRI) (CAGE 0AMS3), under the authority of FAR 8.405-6(a)(1)(B). ///// NOTICE TO OFFERORS: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This is an FY21 requirement. -------- (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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is FA6643-20-Q-7AW01, and the solicitation is being issued as a request for quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05. (iv) This solicitation is a sole source effort to Environmental Systems Research Institute (ESRI) (CAGE 0AMS3), under the authority of FAR 8.405-6(a)(1)(B). The associated NAICS code is 511210 and small business size standard is $38.5M. (v) A list of line item number(s) and items, quantities, and units of measure, (including option(s), if applicable): A GSA order is anticipated for the purchase of this commercial software support. The basic period will be 12 months, with two additional 12-month options thereafter. Note: The basic and option CLINs must all be proposed as firm fixed price, and no adjustments to pricing will be made post-award. The CLIN structure is as follows. Basic Period (1 Nov 20-31 Oct 21): 0001 GIS0100MP-A ArcGIS (Aeronautical Reconnaissance Coverage Geographic Information System) for Desktop Standard Concurrent Use Primary Maintenance FFP 1 EA 0002 GIS0100MS-A ArcGIS (Aeronautical Reconnaissance Coverage Geographic Information System) Desktop Standard Concurrent Use Secondary Maintenance FFP 4 EA 0003 ArGIS1566M-A ArcGIS Business Analyst Desktop with US National Data Bundle Concurrent Use Maintenance FFP 5 EA Option I (1 Nov 21-31 Oct 22): 1001 GIS0100MP-A ArcGIS (Aeronautical Reconnaissance Coverage Geographic Information System) for Desktop Standard Concurrent Use Primary Maintenance FFP 1 EA 1002 GIS0100MS-A ArcGIS (Aeronautical Reconnaissance Coverage Geographic Information System) Desktop Standard Concurrent Use Secondary Maintenance FFP 4 EA 1003 ArGIS1566M-A ArcGIS Business Analyst Desktop with US National Data Bundle Concurrent Use Maintenance FFP 5 EA Option II (1 Nov 22-31 Oct 23): 2001 GIS0100MP-A ArcGIS (Aeronautical Reconnaissance Coverage Geographic Information System) for Desktop Standard Concurrent Use Primary Maintenance FFP 1 EA 2002 GIS0100MS-A ArcGIS (Aeronautical Reconnaissance Coverage Geographic Information System) Desktop Standard Concurrent Use Secondary Maintenance FFP 4 EA 2003 ArGIS1566M-A ArcGIS Business Analyst Desktop with US National Data Bundle Concurrent Use Maintenance FFP 5 EA (vi) Description of requirements for the items to be acquired: The HQ Air Force Reserve Command Recruiting Service (HQ AFRC/RS) requires commercial software support. Specifically: GIS0100MP-A ArcGIS (Aeronautical Reconnaissance Coverage Geographic Information System) for Desktop Standard Concurrent Use Primary Maintenance, GIS0100MS-A ArcGIS (Aeronautical Reconnaissance Coverage Geographic Information System) Desktop Standard Concurrent Use Secondary Maintenance, and ArGIS1566M-A ArcGIS Business Analyst Desktop with US National Data Bundle Concurrent Use Maintenance (vii) Date(s) and place(s) of delivery and acceptance and FOB point: FOB destination at Robins AFB, GA. Place of Performance: As noted in CLIN schedule. Inspection and Acceptance is at Destination. �(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda to the provision also apply: *Proposal must be submitted to HQ AFRC/PKA (katherine.whelchel@us.af.mil) electronically via email. Hard copy proposal will not be accepted. Proposal must be valid through 31 Oct 20. The following Section 889 related provisions/clauses apply to this effort: FAR 52.204-24, 52.204-25, and 52.204-26. � (ix) The provision at 52.212-2, Evaluation -- Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Award will be based on price only; no other factors (technical, past performance, etc.) will be evaluated. The basic period and both options will be considered in the evaluation. (x) Offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with the proposal. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. (xiii) A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: FAR: 52.203-3, Gratuities (Apr 1984) 52.203-6 (with its Alternate I), Restrictions on Subcontractor Sales to the Government (Sep 2006)�Alternate I (Oct 1995) 52.203-12, Limitation On Payments To Influence Certain Federal Transactions (Oct 2010) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-7, System for Award Management (Oct 2016) 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) 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (May 2012) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) � 52.219-8, Utilization of Small Business Concerns (Nov 2016) 52.219-14, Limitations on Subcontracting (Jan 2017) 52.219-28, Post Award Small Business Program 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) 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) 52.222-26, Equal Opportunity (Sep 2016) 52.222-35, Equal Opportunity for Veterans (Oct 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (Feb 2016) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.222-54, Employment Eligibility Verification (Oct 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.227-1, Authorization and Consent (Dec 2007) 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement (Dec 2007) 52.229-3, Federal, State, and Local Taxes (Feb 2013) 52.232-1, Payments (Apr 1984) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1, Disputes (May 2014) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.247-34, F.O.B. Destination (Nov 1991) 52.246-4, Inspection of Services-Fixed Price (Aug 1996) 52.252-2, Clauses Incorporated by Reference (Feb 1998) DFARS: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.204-7000, Disclosure of Information (Oct 2016) 252.204-7003, Control of Government Personnel Work Product (Apr 1992) 252.209-7004, Subcontracting with Firms That Are Owned or Controlled By The Government of a Terrorist Country (Mar 2014) 252.225-7017, Photovoltaic Devices (Jan 2014) 252.225-7048, Export-Controlled Items (Jun 2013) 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) � 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) Fill-in: Will be provided at time of award � 252.243-7002, Requests for Equitable Adjustment (Dec 2012) 252.247-7023, Transportation of Supplies by Sea (Apr 2014) 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) AFFARS: 5352.201-9101, Ombudsman (Jun 2016) Fill-in: Will be provided at time of award (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this effort. (xv) Proposal is due to the contracting officer (Katherine Whelchel) by 3PM EST on 7 Oct 20. �Other than certified cost and pricing data� must be provided to support the proposal submitted. (xvi) For information regarding the solicitation, please contact Katherine Whelchel at katherine.whelchel@us.af.mil. Attachments: N/A
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6d357fedb6d5408d85ecabd27cb2f220/view)
 
Place of Performance
Address: Robins AFB
 
Record
SN05813283-F 20200930/200928230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.