Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2015 FBO #4879
SOLICITATION NOTICE

99 -- EnCase Forensic Premium Software Licenses Maintenance - (Draft)

Notice Date
4/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
 
ZIP Code
20762
 
Solicitation Number
F1DT885044A001
 
Archive Date
4/24/2015
 
Point of Contact
Donnell P. Nance, Phone: 2406126181
 
E-Mail Address
donnell.p.nance.civ@mail.mil
(donnell.p.nance.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name J/A RSL Competitive Synopsis/Solicitation This is a combined synopsis/solicitation for Encase Software License Maintenance and Support 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; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-79. The North American Industry Classification System code is 541512 with a business size standard of $25,500,000 dollars. The proposed contract will be awarded using 100% Small Business Set-Aside. FAR PROVISIONS: The provision at 52.212-1, Instructions to Offerors-Commercial Items is hereby incorporated. Addendum to FAR Provision 52.212-1 applies to this acquisition is as follows: The contractor shall submit their quote on company letterhead to including solicitation number; contact name; address; telephone number of the offeror; unit price; extended price; any discount terms; cage code, DUNS number; tax identification number (TIN); and size of business. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Provision) 52.252-5 -- Authorized Deviations in Provisions. Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) EVALUATION PROCEDURES: 52.212-2: The contract will be awarded to the lowest price technically acceptable Offeror as determined by the Government in accordance with the requirement. Only those offerors determined to be in compliance with the tasks and deliverables as stated in the Requirement Support List (RSL) (Attachment 1) will be considered for award. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. Non-conformance with this requirement may result in the offerors quote being determined unacceptable. 52.212-3, "Offeror Representatives and Certifications- Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with it's offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in Online Representation and Certifications Application (ORCA). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov (ORCA). If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete only paragraph (c) through (m) of this provision. CONTRACT LINE ITEMS: LINE ITEM 0001: EnCase Forensic Premium License and Support (See Attached RSL) QTY: 75 EA, UNIT PRICE: ____________________________ This will be a lump sum payment for one year of coverage from 1 May 15 - 30 Apr 16. LINE ITEM 1001: EnCase Forensic Premium License and Support (See Attached RSL) QTY: 75 EA, UNIT PRICE: ____________________________ This will be a lump sum payment for one year of coverage from 1 May 16 - 30 Apr 17. LINE ITEM 2001: EnCase Forensic Premium License and Support (See Attached RSL) QTY: 75 EA, UNIT PRICE: ____________________________ This will be a lump sum payment for one year of coverage from 1 May 17 - 30 Apr 18. LINE ITEM 3001: EnCase Forensic Premium License and Support (See Attached RSL) QTY: 75 EA, UNIT PRICE: ____________________________ This will be a lump sum payment for one year of coverage from 1 May 18 - 30 Apr 19. LINE ITEM 4001: EnCase Forensic Premium License and Support (See Attached RSL) QTY: 75 EA, UNIT PRICE: ____________________________ This will be a lump sum payment for one year of coverage from 1 May 19 - 30 Apr 20. INSPECTON AND ACCEPTANCE TERMS: Items shall be priced FOB destination. Commodity/services shall be accepted at: HQ AFOSI 27130 Telegraph Road Quantico, VA 22134 FAR Clauses: 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and the applicable addendum to FAR Clause 52.212-4 are as follows: 52.203-3, 52.204-7, 52.204-9, 52.209-6, 52.214-35, 52.217-9: (a) 15 days; 60 days, 52.223-11, 52.232-18, 52.247-34, 52.252-2: http://farsite.hill.af.mil//, 52.252-6: (b) DFARS (Chapter 2), 252.204-7006, 252.209-7004, 252.212-7001, 252.232-7003, 252.243-7001 and 252.243-7002. FAR 52.212-5, Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: FAR 52.203-6 Alt 1, 52.219-6, 52.219-14, 52.222-3, 52.222-26, 52.222-36, 52.222-40, 52.232-18, 52.232-33, 52.233-3, 52.242-15, 52.252-1, 52.252-2, 52.252-6, 52.253-1, DFARS (Chapter 2) 252.204-7003, 252.204-7004 Alt A, 252.212-7001, 252.232-7003, 252.247-7003, AltIII and 5352.201-9101: (c) Col E. Keller, 1500 W. Perimeter Rd, JB Andrews, MD 20762. Phone number: 240-612-6111. CLAUSES INCORPORATED BY REFERENCE 52.212-4 Contract Terms and Conditions--Commercial Items DEC 2014 52.223-11 Ozone-Depleting Substances MAY 2001 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration JUL 2013 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt Central Contractor Registration (52.204-7) Alternate A FEB 2014 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 CLAUSES INCORPORATED BY FULL TEXT FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jul 2014) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (viii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (ix) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (x) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (xi) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xii) 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.) (xiii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xvi) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 5352.201-9101 Ombudsman OMBUDSMAN (APR 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, AFDW/PK Deputy at Phone # 240-612-6110, 1500 W Perimeter RD Suite 5750, Joint Base Andrews MD 20762. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) (a) Definitions. As used in this clause- (1) "Contract financing payment" and "invoice payment" have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) "Electronic form" means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) "Payment request" means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (4) "Receiving report" means the data required by the clause at 252.246-7000, Material Inspection and Receiving Report. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when- (1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; (2) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System); (3) DoD makes payment for rendered health care services using the TRICARE Encounter Data System (TEDS) as the electronic format; or (4) When the Governmentwide commercial purchase card is used as the method of payment, only submission of the receiving report in electronic form is required. (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of clause) NOTICE TO OFFERERS: This requirement is subject to the availability of funds; therefore, all quotes shall be valid until 30 Apr 15. To be eligible for an award, all contractors must be registered and active in the System for Award Management (SAM) database. A contractor can contact the SAM website at http://www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.eb.mil. All quotes must be received by 3:00 p.m. ET on 23 Apr 15 by Attn: Donnell Nance, FA7014, Air Force District of Washington, 1500 Perimeter Road, Suite 2750, Joint Base Andrews, MD 20762-7002 or emailed to donnell.p.nance.civ@mail.mil. Questions concerning this solicitation should be addressed, in writing no later than 13 Apr 15 at 3 p.m. ET., to primary point of contact Donnell Nance. All submitted questions will be answered by approximately 16 Apr 15. ATTACHMENTS: Attachment 1 - Requirement Support List Attachment 2 - Justificationa and Approval
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F1DT885044A001/listing.html)
 
Place of Performance
Address: HQ AFOSI, 27130 Telegraph Road, Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN03687115-W 20150404/150402235816-b7fe6786513891258d2932f2c65de586 (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.