SOLICITATION NOTICE
70 -- SmartClass+ Software, Materials and Training - Exhibit 1 Price Schedule
- Notice Date
- 6/26/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Other Defense Agencies, Department of Defense Education Activity, Domestic Dependent Elementary and Secondary Schools Procurement Division, 700 West Park Drive, Peachtree City, Georgia, 30269
- ZIP Code
- 30269
- Solicitation Number
- HEVAS6-15-T-9014
- Archive Date
- 8/4/2015
- Point of Contact
- William M. Simmons, Phone: 6783646911
- E-Mail Address
-
william.simmons@am.dodea.edu
(william.simmons@am.dodea.edu)
- Small Business Set-Aside
- Total Small Business
- Description
- Price schedule provided to input quote information for the RFQ. COMBINED SYNOPSIS/SOLICITATION SMARTCLASS+ LANGUAGE LEARNING PLATFORM, SOFTWARE LICENSES, HEADSETS, STORAGE UNITS, DELIVERY, INSTALL, WARRANTY AND TRAINING (i) This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ # HEVAS6-15-T-9014. (iii) This solicitation document and incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. (iv) This requirement will be solicited as a 100% Small Business Set-Aside. The NAICS code is 511210 with a small business size standard of $35,500,000. (v) CLIN 0001: 40 EA - Software Licenses for the Robotel SmartClass+ Language Learning Platform or equivalent (25 EA for Faith MS and 15 for Maxwell MS) (vi) CLIN 0002: 42 EA - SC HS2 Headsets or equivalent (26 EA for Faith MS and 16 for Maxwell MS) (vii) CLIN 0003: 2 EA - RoboNAS 2TB Mirrored Storage Units or equivalent (1 EA for Faith MS and 1 for Maxwell MS) (viii) CLIN 0004: 2 EA - Delivery, Installation and Warranty (1 EA for Faith MS and 1 for Maxwell MS) (ix) CLIN 0005: 2 EA - Professional Development and Tech Training (1 EA for Faith MS and 1 for Maxwell MS) (x) Delivery will be to 2 DDESS locations: (1) Fort Benning GA (Faith MS), and (2) Maxwell AFB AL (Maxwell MS). (xi)The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (xii) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Quote will be evaluated on price and availability. (xiii) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the annual representations and certifications at the System for Award Management (SAM) website. SAM.gov must be current as the time of award. IF YOUR SAM.GOV PROFILE IS NOT CURRENT AS OF THE TIME OF AWARD AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xiv) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xv) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition. (xvi) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices based on purchases of this value and market research: THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE: 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-16 Commercial and Government Entity Cage Code Reporting 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers With Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alternate A, System for Award Management. 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: 52.212-1 ADDENDUM - INSTRUCTIONS TO OFFERORS - - COMMERCIAL ITEMS (FEB 2012) (b)(2) All offers shall be received NLT 20 July 2015, 12:00 PM (Eastern Standard Time) by the office shown below. E-mail offers will be accepted as follows: (i) The size of e-mail offers with or without attachments cannot exceed 5mb. The Government's server will reject any e-mail size greater than 5mb. (ii) Due to the potential of Government server fire walls blocking submission of e-mail offers, the Government recommends offerors activate the "delivery receipt" option. Offerors should assume the e-mail offer was undeliverable if a delivery receipt is not received. (iii) Offers shall be submitted to: DDESS Procurement Office ATTN: Montez Simmons 700 Westpark Drive Peachtree City, GA 30269 EMAIL: William.Simmons@am.dodea.edu (b)(3) Provide quote on letterhead or as otherwise specified in 52.212-1(b). A PRICE SCHEDULE WILL BE ATTACHED FOR USE. (b)(6) Price Quote: Enter quantity, unit price and total for the required items on the solicitation (paragragh (v) through (ix) of the solicitation). (f)(3) Acceptable evidence to establish time of receipt for e-mail offers shall be a copy of the delivery receipt showing the date, time and correct e-mail address. (End of provision) 52.212-4 ADDENDUM - CONTRACTS TERMS AND CONDITIONS - - COMMERCIAL ITEMS (FEB 2012) (c) Changes. The Government may make administrative changes to this contract unilaterally. Administrative changes include but are not limited to changes in the paying office or changes in accounting and appropriation data. (g) Invoices. Wide Area Workflow (WAWF) - Electronic invoicing instructions In accordance with DFARS 252.232-7003, contractors shall submit payment requests electronically through WAWF at https://wawf.eb.mil. Payment requests not submitted through WAWF will be rejected. The contractor is limited to a maximum of one invoice per calendar month unless otherwise approved in writing by the Contracting Officer. (Note: For vendors new to WAWF, installation instructions and a registration guide are available at: http://www.wawftraining.com.) Note: Use "2-in-1" invoice for equipment and supplies as well as services WAWF Customer Support: Phone: (801)605-7095 or Toll Free at (866)618-5988 Fax: (801)605-7453 E-mail: cscassig@ogden.disa.mil (End of clause) 52.252-1 Solicitation Provisions Incorporated by Reference 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) 52.252-2, Clauses Incorporated by Reference 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 (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 DoD FAR 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)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DoDEA/DDESS/HEVAS6-15-T-9014/listing.html)
- Record
- SN03777733-W 20150628/150626234633-6285638c3378fb34eb5a5e471703fa0a (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 |