Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
SOLICITATION NOTICE

70 -- Amcon ADAS Maintenance Renewal

Notice Date
3/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-12-Q-0038
 
Archive Date
3/31/2012
 
Point of Contact
Alan M Noble, Phone: 717-770-4192
 
E-Mail Address
Alan.Noble@dla.mil
(Alan.Noble@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
The proposed contract action is for an acquisition for which the DLA Distribution Acquisitions (J7), 2001 Mission Dr., New Cumberland PA 17070 intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b) for the renewal of the Automated Directory Attendant System (ADAS) maintenance from Amcom Software. Amcom Software ADAS maintenance being renewed: Location of ADAS system: DLA Distribution Susquehanna, PA Period of Performance: 12 Months This acquisition is being restricted to Amcom Software, Inc., 10400 Yellow Circle Drive, Suite 100, Eden Prairie, MN 55343 in accordance with FAR 13.106-1(b) - only one source. Amcom Software, Inc. is the manufacturer of their proprietary ADAS and is the only company able to provide software upgrades and maintenance. Interested contractors may identify their interest and capability to respond to the requirement or submit proposals. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The North American Industry Classification System (NAICS) code for this effort is 511210 with a small business size standard of $25,000,000. All responsible sources may respond by submitting qualifications/capabilities of the company to provide the services by 12:00 PM EST, March 15, 2012 to Alan Noble, Acquisition Operations, DDC J-7, J Avenue, Bldg 404, New Cumberland, PA 17070, Phone: 717-770-4092, FAX: 717-770-5689, or e-mail: Alan.Noble@dla.mil for consideration by the agency. If no affirmative responses are received by 12:00 PM EST, March 15, 2012, to determine whether a qualified source is more advantageous to the Government, a purchase order will be negotiated and awarded with to Amcom Software, Inc. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Acquisitions of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures 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. Solicitation SP3300-12-Q-0038 is being issued as a Request For Quote (RFQ). This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-56 effective 02 March 2012, Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20120305 (effective 05 March 2012) edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2012-22. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This procurement is for the renewal of the Amcom Software, Inc. ADAS maintenance service at DLA Distribution Susquehanna, PA. The current maintenance ended on January 31, 2012 and this combined synopsis solicitation is to reinstate the Amcom Software, Inc. maintenance service with an ending period of performance of January 31, 2013. CLINs Description: Amcom Software, Inc. Automated Directory Attendant System (ADAS) maintenance service. CLIN 0001: Amcom ADAS Maintenance Quantity: 1 Unit at $__________ per unit Extended Price: $______________ Description: Reinstatement fee for period of performance from 01 February 2012 to contract award date. If there is no reinstatement fee, then the contractor is to state "Not Separately Priced "or "NSP". CLIN 0002: Reinstatement Fee Quantity: 1 Unit at $__________ per unit Extended Price: $_____________ Total Price (CLINs 0001 and 0002): $_____________________ Place of performance: DLA Distribution Susquehanna, New Cumberland PA 17070 Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The method of payment for services and supplies under this order is by the Acquisition Operations Office via the Defense Finance and Accounting Service (DFAS). The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (e) multiple offers and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. OFFER SUBMISSION INSTRUCTIONS-This combined synopsis solicitation is restricted to Amcom Software, Inc. for the renewal of the Amcom Software, Inc. ADAS maintenance service located at DLA Distribution Susquehanna, PA. Interested contractors may identify their interest and capability to respond to the requirement or submit proposals. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Pricing for All CLINs unless the reinstatement CLIN 0002 is not separately priced. If CLIN 0002 is not separately priced, then the offeror shall state "NSP" for CLIN 002 on their quote. (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (5) Copy of contractor commercial pricing demonstrating prices is better or equivalent to their commercial prices. (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) (6) Completed copy of the FAR provision 52.212-3 - Offeror Representations and certifications - Commercial Items Alternate I or may indicate completion of the Online Representations and Certifications Application (ORCA) on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. Evaluation The Government intends to solely negotiate an award with Amcom Software, Inc. for the renewal of the Amcom Software, Inc. ADAS maintenance service. DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country DLAD 52.233-9000 AGENCY PROTESTS Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) FAR 52.212-4 Contract Terms and Conditions-Commercial Items, Addenda to FAR 52.212-4: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items in paragraph (b) the following clauses apply: FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.219-28, Post Award Small Business Program Rerepresentation FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.225-25 -- Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.247-7023, Transportation of Supplies by Sea Alternate III DFARS 252.232-7010 Levies on Contract Payments DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) All questions and inquiries should be addressed via email to Alan.Noble@dla.mil, Request for Quote Number SP3300-12-Q-0038. All quotes are required NLT 4:00 PM EST MARCH 16, 2012. This information should be submitted to above email address or faxed to 717-770-7591. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-12-Q-0038/listing.html)
 
Place of Performance
Address: DLA Distribution Susquehanna, PA, New Cumberland, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN02691447-W 20120309/120307235906-7741e2172aee1adbee814077c4f5be35 (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.