SOLICITATION NOTICE
99 -- Dimension Software & Support
- Notice Date
- 11/18/2020 11:37:23 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- FA8751 AFRL RIKO ROME NY 13441-4514 USA
- ZIP Code
- 13441-4514
- Solicitation Number
- FA875121R0002
- Response Due
- 11/30/2020 12:00:00 PM
- Archive Date
- 12/31/2020
- Point of Contact
- Leena Budhu, Jenna Tarbania
- E-Mail Address
-
leenawattie.budhu.1@us.af.mil, jenna.tarbania@us.af.mil
(leenawattie.budhu.1@us.af.mil, jenna.tarbania@us.af.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; Offers are being requested and a written solicitation (paper copy) will not be issued.� Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.� Solicitation FA875121R0002 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-09 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20200605. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted.� The NAICS code is 511210 and small business size standard of $41.5M in average annual receipts. The contractor shall provide the items listed below on a brand name firm fixed price basis including the cost of shipping FOB Destination. Please see solicitation attachment No. 2, Brand Name Justification, for full details regarding why only Digital Science & Research Solutions brand name products will satisfy the requirement. Item 1 Part Number Dimension Software�License Brand Name Digital Science & Research Solutions Description/Specifications A one year software subscription and direct product engineering support for Dimensions, Dimensions for ONR, and Altmetric Explorer for ONR, which will include access to up to 25 users,� training, and software releases for the Dimensions system and maintenance training on those software releases. QTY 1 Item 2 Part Number Support Brand Name Digital Science & Research Solutions Description/Sprecifications Approximately 1040 staff hours (0.5 FTE) from a support Decipher Senior Engineer will be acquired for the same 12 months as the software license. QTY 1 Item 3 Part Number Option 1 - 1 FTE Brand Name Digital Science & Research Solutions Descriptoin/Specifications 0.5 FTE for the Second 6-month period QTY 1 Item 4 Part Number Option 2 - .5 FTE Brand Name Digital Science & Research Solutions Description/Specifications 1 FTE for the Second 6-month period QTY 1 Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. Used, pre-owned, refurbished, or remanufactured goods will not be accepted.� Items must be factory-new. DELIVERY The anticipated delivery date is 2 weeks After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34, FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY 13441. INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors � Commercial Items (JUN 2020), applies to this acquisition.� Addenda to the following paragraphs of 52.212-1 are: (b)Electronic copies of proposals are due at or before 3 PM EST, 30 November 2020.� Quotes shall be submitted to Leena Budhu @ leenawattie.budhu.1@us.af.mil.� (b)(4)� Submit a technical description of the items being offered in sufficient detail for the Government to evaluate the capability of the solution being offered.����������� (b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. 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 and waive informalities and minor irregularities in offers received. EVALUATION The following factors shall be used to evaluate offers: (i) technical acceptability, (ii) price and (iii) past performance. The Government intends to award to the lowest priced, technically acceptable offeror, with no negative past performance. In determining required technical acceptability, the Government will evaluate the items offered for compliance with the required items. In determining acceptable past performance AFRL/RIKO will independently obtain data from other government and commercial sources in order to consider an offeror's history of compliance with delivery schedules, order support, and general customer satisfaction. REPRESENTATIONS AND CERTIFICATIONS Offerors are required to complete representations and certifications found in the provisions at at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2020). 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) 52.209-7, Information Regarding Responsibility Matters (Oct 2018) 52.229-11, Tax On Certain Foreign Procurements�Notice and Representation (Jun 2020) 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (Dec 2019) 252.225-7020, Trade Agreements Certificate�Basic (Nov 2014) 252.239-7009, Representation of Use of Cloud Computing (Sep 2015) For your convenience all referenced certifications are attached to this solicitation (ATTACHMENT 1). TERMS AND CONDITIONS The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. 52.217-7 Option for Increased Quantity-Separately Priced Line Item. Contracting Officer may exercise the option by written notice to the Contractor before the contract expires. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 2020), applies to this acquisition.� The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) 52.219-8, Utilization of Small Business Concerns (Oct 2018) 52.219-28, Post Award Small Business Program Re-representation (MAY 2020) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (JAN 2020) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-35, Equal Opportunity for Veterans (JUN 2020) 52.222-36, Equal Opportunity for Workers With Disabilities (JUN 2020) 52.222-37, Employment Reports on Veterans (JUN 2020) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (Jan 2019) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.229-12, Tax on Certain Foreign Procurements (Jun 2020) 52.232-33, Payment By Electronic Funds Transfer�System For Award Management (Oct 2018) The following additional FAR and FAR Supplement provisions and clauses also apply: 52.203-3, Gratuities (Apr 1984) 52.203-17 � Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (JUN 2020) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.204-22, Alternative Line Item Proposal (Jan 2017) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.247-34, FOB Destination (Nov 1991) 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) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. (MAY 2019) 252.211-7003, Item Identification and Valuation (MAR 2016)� Para (c)(1)(i). Insert Contract Line, Subline, or Exhibit Line Item Number and Item Description: N/A Para (c)(1)(ii). Identify Contract Line, Subline, or Exhibit Line Item Nr and Item Description:� 'N/A' Para (c)(1)(iii). Attachment Nr.:� 'N/A' ����������� Para (c)(1)(iv). Attachment Nr.:� 'N/A' ����������� Para (f)(2)(iii). 'N/A' 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System�Statistical Reporting in Past Performance Evaluations (SEP 2019) 252.215-7007, Notice of Intent to Resolicit (JUN 2012) 252.215-7008, Only One Offer (JUL 2019 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2018) 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7012, Preference for Certain Domestic Commodities (DEC 2017) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7974, Representation Regarding Business Operations with the Maduro Regime. (Deviation 2020-O0005) 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (APR 2019) 252.227-7015, Technical Data--Commercial Items (FEB 2014) 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 2016) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006, Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.239-7010, Cloud Computing Services (OCT 2016) 252.239-7017, Notice Of Supply Chain Risk (FEB 2019) 252.239-7018, Supply Chain Risk (FEB 2019) 252.243-7001 Pricing of Contract Modifications (DEC 1991) 252.243-7002, Requests for Equitable Adjustment (DEC 2012) 252.244-7000, Subcontracts for Commercial Items (JUN 2013) 252.246-7008, Sources of Electronic Parts (MAY 2018) 252.247-7023, Transportation of Supplies by Sea � Basic (FEB 2019) 5352.201-9101, Ombudsman, is hereby incorporated into this solicitation.� The Ombudsman for this acquisition is: Mr Steven Ewers, HQ AFRL/PK, 1864 4th Street, Wright-Patterson AFB OH 45433-7130, COMM:� (937) 904-4407; EMAIL: steven.ewers@us.af.mil Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow � Receipt and Acceptance (see website � https://piee.eb.mil/). Wide Area Workflow Training may be accessed online at https://pieetraining.eb.mil/wbt/xhtml/wbt/wawf/index.xhtml. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause.� The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/17330cc717304a8989a196c1d3512bc1/view)
- Record
- SN05856284-F 20201120/201118230146 (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 |