SOLICITATION NOTICE
D -- WEB BASED INVENTORY AND PARTS LOCATOR TOOL - SPECIFIC REQUIREMENTS
- Notice Date
- 8/11/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 519130
— Internet Publishing and Broadcasting and Web Search Portals
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Logistics Command (LOGCOM), 814 Radford Blvd, Suite 240, Bldg 3700, Albany, Georgia, 31704-1128, United States
- ZIP Code
- 31704-1128
- Solicitation Number
- M67004-15-T-0122
- Archive Date
- 9/25/2015
- Point of Contact
- Mathew B. Watts, Phone: 2296396078
- E-Mail Address
-
mathew.watts@usmc.mil
(mathew.watts@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- SPECIFIC DATABASE REQUIREMENTS SUBJECT: WEB BASED INVENTORY AND PARTS LOCATOR TOOL PRODUCT SERVICE CODE : D - Automatic Data Processing and Telecommunication SOLICITATION NUMBER : M67004-15-T-0122 SOLICITATION CLOSES : 10 September 2015 @ 4:30 PM EST Point of Contact : Mathew Watts, Contracts Department, (Code S1940), 814 Radford Blvd, MCLC, Albany, GA 31704-1128. Telephone: (229) 639-6078, Fax: (229) 639-8232 Email responses preferred : mathew.watts@usmc.mil This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subparts 12.6 and 13.1, as supplemented with additional information included with or attached to this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. Competition for this requirement is unrestricted. The Marine Corps Logistics Command (MCLC) Albany, Georgia intends to solicit and award a Firm Fixed Price contract for this requirement. The North American Industry Classification System (NAICS) Code 519130-Internet Publishing and Broadcasting and Web Search Portals; Size Standard 500 employees, applies. The government reserves the right to make one, multiple or no award resulting from this solicitation. Notes: Deliveries: The offered database shall be accessed by Marine Corps Logistics Command users located aboard MCLB Albany, GA and MCLB Barstow, CA NOTE: Contractor incurred actual expenses resulting from government directed travel are cost reimbursable but are limited by government Joint Travel Regulations (JTR). CLIN 0001: One-Year License, Internet access to Inventory and Parts Locator Tool database for up to 60 concurrent users. See attached specific database requirements. CLIN 0002: On-Site User Training aboard Marine Corps Logistics Base Albany, GA 31704. All labor, materials and related travel expenses to conduct user training for users at that location (see Note 2 above). Offeror's quote for this item will be considered an estimate due to the variable costs for travel dependent on actual scheduling. CLIN 0003: On-Site User Training aboard Marine Corps Logistics Base Barstow, CA 92311. All labor, materials and related travel expenses to conduct user training for users at that location (see Note 2 above). Offeror's quote for this item will be considered an estimate due to the variable costs for travel dependent on actual scheduling. Offers will be evaluated in accordance with FAR 13.106-2 considering the lowest-priced, technically acceptable offer. The following FAR/DFAR Clauses/Provisions apply: 52.204-2 Security Requirements 52.204-7 Central Contracting Registration 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 Central Contractor Registration Maintenance 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-15 Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items, with the following paragraph addenda: Award will be made on a lowest Price Technically acceptable basis, considering the following factors: Technical capability of the Vendor to meet the requirement, past performance and price. 52.212-3(Alt 1) Offerors Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders- Commercial Items. 52.219-28 Post Award Small Business Program Representative 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.223-18 Encouraging Contractor Policies to BAN Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer 52.232-39 Unenforceability of Unauthorized Obligations 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.247-34 F.O.B. Destination; 52.252-1 Solicitation Provisions Incorporated by Reference. 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 (Alt A) Central Contractor Registration Alternate A 252.204-7005 Oral Attestation of Security Responsibilities 252.204-7012 Safeguarding of unclassified controlled technical information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.212-7000 Offerors Representations and Certifications-Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow WAWF 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications 252.247-7023 Transportation of Supplies by Sea; Offerors responding to this announcement must provide the information required by 252.212-7000 Offeror Representations and Certifications-Commercial Items - with their offer or indicate that they have entered the information via Online Representations and Certifications Application at https://www.sam.gov/portal/public/SAM /. The offeror must provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register (CCR) and Wide Area Workflow (WAWF) to be considered for award. The United States Marine Corps utilizes WAWF as its ONLY authorized method to electronically process vendor requests for payment. If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil. All responsible small business sources may submit a quote which shall be considered. Email (preferred) or faxed quotes with cover sheet and all of the above required information (call the P.O.C. above before faxing). All quotes must be received by the above listed Point of Contact (P.O.C), no later than the Solicitation Closing Date indicated above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M67004-15-T-0122/listing.html)
- Record
- SN03833937-W 20150813/150812000654-e6507430461b84d298254348e467fa18 (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 |