SOLICITATION NOTICE
70 -- ENTERPRISE SERVER
- Notice Date
- 8/16/2017
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1803 Macomb, Fort sill, OK 73503
- ZIP Code
- 73503
- Solicitation Number
- 0011050232
- Response Due
- 8/18/2017
- Archive Date
- 2/14/2018
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- 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. The solicitation number is 0011050232 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,000.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-08-18 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Sill, OK 73503 The MICC Fort Sill requires the following items, Meet or Exceed, to the following: LI 001: RIGHT FAX ENTERPRISE SERVER S-CPRFPG2400003 RIGHTFAX ENTERPRISE SERVER - MINIMUM A. MFD COMPATIBILITY: RIGHTFAX WILL INTEGRATE SEAMLESSLY WITH MULTI-FUNCTION DEVICES (RICOH,XEROX AND HP) AND DOCUMENT PLATFORMS AND SYSTEMS I.E., MICROSOFT EXCHANGE, LOTUS NOTES, SAP, ORACLE EDOCS AND SHAREPOINT. B. CUSTOMIZED TO ALLOW FAX-TO-EMAIL CAPABILITIESFOR EASY STORAGE AND DOCUMENT ACCESS. C. SECURITY AND EASE OF COMPLIANCE BY MEETING HIPAA STANDARDS WITH ENCRYPTING IMAGES WITH TRIPLEDES 192 BIT SECURITY. PLUS IT STORES FILES IN SECURE AUTOSTORE FAX SERVER AT THE MTF AND ALLOWS ADMINISTRATORS TO CUSTOMIZE USER PERMISSIONS AND ENABLE CAC SECURE LOGON. D. HAS A CON AND INSTALLED AT OTHER MEDICAL TREATMENT FACILITIES (MTF's) AND IS A PROVEN PRODUCT FOR USE WITH PATIENT REFERRAL MANAGEMENT., 1, EA; LI 002: RIGHT FAX DOCUMENT DELIVERY CHANNEL S-CPRFPGDDCFOIP, TIGHT FAX DOCUMENT DELIVERY CHANNEL FOIP ENABLE. THE FOIP ENABLED CHANNEL IS AN ESSENTIAL COMPONENT THAT ALLOWS THE SYSTEM TO WORK WITH A FOIP PHONE SYSTEM AND COOMUNICATE VIA SIP WITH RIGHT FAX SERVER., 7, EA; LI 003: FOIP ENABLE AN EXISTING RIGHTFAX S-CPRFPGDDCFOIPU - FOIP ENABLE AN EXISTING RIGHTFAX DOCUMENT DELIVERY CHANNEL - THE RIGHT FAX SERVER COMES WITH ONE SINGLE STANDARD CHANNEL BUT IS NOT FOIP ENABLED. THIS PART IS AN ESSENTIAL COMPONENT TO FOIP ENABLE THE RIGHT FAX SERVER'S SINGLE C HANNEL., 1, EA; LI 004: RIGHTFAX PDF MODULE S-CPRFPG2450013 - RIGHTFAX PDF MODULE - EASILY CONVERTS PDF AND POSTSCRIPT DOCUMENTS INTO OUTBOUND FAXES. ALLOWS YOU TO ATTACH MULTIPLE BATCHES OF DOCUMENTS AND FAXES AT A SINGLE TIME, 1, EA; LI 005: RIGHTFAX MS EXCHANGE MODULE S-CPRFPG2450012 - RIGHTFAX MS EXCHANGE MODULE INTEGRATES RIGHTFAX MICROSOFT EXCHANGE EMAIL SYSTEMS. OPEN TEXT FULLY SUPPORTS FAXING WITH EXCHANGE SERVER 2010. RIGHTFAX CONNECTOR FOR MICROSOFT EXCHANGE ENABLES USERS OF EXCHANGE SERVER SUPPORTED VERSION TO CONVENIENTLY SEND, RECEIVE AND ORGANIZE FAX DOCUMENTS DIRECTLY FROM MICROSOFT OUTLOOK., 1, EA; LI 006: RIGHT FAX SUPPORT PLAN FOR 1 YEAR S-CPASPSUPPORT - RIGHTFAX SUPPORT PLAN FOR 1 YEAR MAINTENANCE AND SERVICE, ALL FIRMWARE AND SOFTWARE UPDATES, PATCHES TO ALL MFDs, COMMERCIAL OFF THE SHELF SOFTWARE, SERVERS, HARDWARE AND MIDDLEWARE. ALL ITEMS IDENTIFIED AS PART OF THE CONTRACTOR SOLUTION WILL BE COVERED AND ELIGIBLE FOR FIRMWAREAND SOFTWARE UPDATES AT NO CHARGE WITH AN OPTION FOR ANNUAL MAINTENANCE AGREEMENT. ANY AND ALL FIRMWARE, SOFTWARE AND HARDWARE UPDATE COSTS WILL BE CONSIDERED PART OF THE CONTRACT PRICE., 1, EA; LI 007: ONSITE INSTALLATION/CONFIGURATION (4) INTALL - ONSITE INSTALLATION/CONFIGURATION SERVICES FOR RIGHTFAX - $2,500.00/DAY. THIS IS FOR THE INSTALLATION AND CONFIGURATION OF THE ACTUAL RIGHTFAX SERVER AND ALL THE MODULES. (3) INSTALL - RICOH DISTRIBUTOR INSTALL - ONSITE INSTALLATION SERVICES FOR AUTOSTORE - $2,500.00/DAY. REYNOLDS ARMY HEALTH CLINIC (RAHC) OWNS THE RICOH AUTOSTORE SOFTWARE WHICH WILL BE CONFIGURED TO CONNECT RIGHTFAX TO THE MFD AND RICOH COPIERS. AN ENGINEER WILL CONFIGURE THE AUTOSTORE TO USE THE RICOH AND MULTIFUNCTION DEVICES FOR INBOUND AND OUTBOUND FAXES IF NEEDED. AUTOSTORE MEETS OUR SECURITY NETWORK REQUIREMENTS., 7, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Sill intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Sill is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions. New equipment ONLY, NO remanufactured products FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified Bids must be good for 30 calendar days after close of buy. Sellers must read and comply with all specifications, shipping information, and terms outlined in the attachments. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. (a) Pursuant to Department of Defense Instruction Number 2000.16, “DoD Antiterrorism (AT) Standards, ” dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer ’s Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system.(b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)); 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78); 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644); 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor ”Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496); 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010)(E.O. 13513); 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O. ™s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration(Oct. 2003)(31 U.S.C. 3332); 52.215-2, Audit and Records -- Negotiation. The selected Offeror must comply with the following commercial item terms and conditions. 52.222-3, Convict labor (June 2003)(E.O. 1175); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Aug 2007)(E.O. 13126); 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006)(E.O.S, Proclamations, and Statutes adminstered by the Office of Foreign Assets Control of the Department of the Treasury) and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately ˝ mile). Entrance to Apache Gate is on the left (south). If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest wit hthe Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency -level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Aresenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Aresenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) 52.204-7 Central Contractor Registration 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004 ALT A Required Central Contractor Registration 252.211-7003 Item Identification and Valuation; 52.211-6 Brand Name or Equal 52.247-34; F.O.B Destination; 252.203-7000 Requirements Relating to compensation of Former DoD Officials 252.204-7012;Safeguarding Covered Defense Information and Cyber Incident Reporting 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by The Government of a Country that is a State Sponsor of Terrorism 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance Of Payment Program ”Basic (NOV 2014) 252.225-7012 Preference For Certain Domestic Commodities 252.232-7010; Levies on Contract Payments 252.243-7001; Pricing Of Contract Modifications 252.243-7002Request for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5,Test Program For Certain Commercial Items. 52.204-13 System for Award Management Maintenance; 52.232-39 Unenforceability of Unauthorized Obligations; 252.225-7036 Alt I Buy American--Free Trade Agreement--Balance of Payments Program--Alternate I; 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://acquisition.gov/comp/far/index.html; http://farsite.hill.af.mil (End of Clause) The selected Offeror must comply with the following commercial item terms and conditions; 252.227-7015, Technical Data--Commercial Items; 252-227-7037, Validation of Restrictive Markings on Technical Data; 252-232-7003, Electronic Submission of Payment Requests and 252-247-7023, ALT III, Transportation of Supplies by Sea (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 payments requests. (End of Clause) APACHE GATE DELIVERY INFORMATION: All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately ˝ mile). Entrance to Apache Gate is on the left (south). CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 8.405-5(b) and/or FAR 13.106-2(b). Each side of Contractor-owned vehicles shall bear the Contractor's name in 2-inch letters. Each Contractor employee shall possess an identification card to include employee's name, name of Contractor, current photo, and card serial number. Additionally, each Contractor employee shall display on his/her person a badge or name tag which shall include the name of the employee and the Contractor's name. The Contractor shall collect Contractor furnished identification badges upon termination of employee. CONDUCT OF EMPLOYEES The Contractor ™s employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. 52.204-7 System for Award Management; 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 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://acquisition.gov/comp/far/index.html; http://farsite.hill.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dd4df7316e07866521ab5c158bc4af86)
- Place of Performance
- Address: Fort Sill, OK 73503
- Zip Code: 73503-9042
- Zip Code: 73503-9042
- Record
- SN04632866-W 20170818/170816233153-dd4df7316e07866521ab5c158bc4af86 (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 |