Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2017 FBO #5748
SOLICITATION NOTICE

D -- AMAZON WEB SERVICE CLOUD SERVICES - ATTACHMENT 2 PRICING TABLE - ATTACHMENT 4 ADDITIONAL SYNOPSIS INFO - ATTACHMENT 1 Statement of Work

Notice Date
8/17/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-17-Q-CP10
 
Archive Date
9/30/2017
 
Point of Contact
Carol A Parnell, Phone: 202-404-2828, Malisa E. Mitchell, Phone: 2027670397
 
E-Mail Address
carol.parnell@nrl.navy.mil, Malisa.Mitchell@nrl.navy.mil
(carol.parnell@nrl.navy.mil, Malisa.Mitchell@nrl.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work ADDITIONAL SYNOPSIS INFORMATION PRICING TABLE C ombined synopsis/solicitation (Description). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested but a written solicitation will not be issued. Solicitation documents and incorporated provisions are those in effect through Federal Acquisition Circular 2005-91, DPN 20160923, and NMCARS 13-10 This solicitation, N00173-17-Q-CP10, is issued as a Request for Proposal (RFP). The associated small business size standard is $25,000,000. NRL has a requirement for. 0001 AWS Cloud Services PSC D305 QTY 12 Unit MO 1001 Option 1 AWS Cloud Services PSC D305 QTY 12 Unit MO 2001 Option 2 AWS Cloud Services PSC D305 QTY 12 Unit MO The complete specification and other information required for this combined synopsis/solicitation is attached N00173-17-Q-CP10. Delivery and acceptance is at NRL Stennis Space Center, MS 39529, FOB Destination. Period of Performance is for 1 year with 2 option years. ELECTRONIC AND INFORMATION TECHNOLOGY (EIT) In accordance with Section 508 of the Rehabilitation Act of 1973 (29 USC 794d), all EIT supplies and services provided under this contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS: •1. Statement of Work/Specifications- 2 Pages •2. Pricing Table - 1 Page •3. Accounting and Appropriation Data - 1 Page * •4. Synopsis Attachment (* To be included at time of award) The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial (OCT 2016) AND ADDENDA TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL aDDITIONAL REQUIREMENTS MAY BE LISTED IN FULL TEXT IN THE ATTACHMENT TO THE SYNOPSIS General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFP's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal. Offeror shall complete the following electronic annual representations and certifications at http://www.acquisition.gov in conjunction with required registration in the System for Award Management (SAM) database and FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (OCT 2016). In accordance with paragraph (j) of FAR 52.212-3 if changes to the SAM annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM. FAR 52.212-2 - EVALUATION - COMMERCIAL ITEMS (OCT 2014) The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. The pricing table Attachment 2 must be completed and price lists must be provided. In conjunction with the terms of the statement of work, the total annual values for each of the pricing tables will represent the maximum FFP value for each year. Offeror will be allowed to invoice on a monthly basis only for services actually provided at the FFP prices agreed to in the contract. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). FAR 52.212-3 Offeror Representations and certifications - commercial items (OCT 2016) and ADDENDA TO FAR 52.212-3 REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials. (NOV 2011) DFARS 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation(DEVIATION 2015-O0010) (FEB 2015) DFARS 252.204-7011 Alternative Line Item Structure (SEP 2011) DFARS 252.215-7008 Only One Offer. (OCT 2013) DFARS 252.222-7007 Representation Regarding Combating Trafficking in Persons (JAN 2015) DFARS 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (OCT 2015) DFARS 252.239-7017 Notice of Supply Chain Risk (NOV 2013) (Section 806(e)(6) of Pub. L. 111-383). FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2015) AND ADDENDA TO FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2015) 52.203-3, Gratuites (APR 1984) (10 USC 2207). DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of PL 110-181). ) DFARS 252.203-7003, Agency Office of the Inspector General (DEC 2012) (section 6101 of PL 110-252, 41 USC 3509) DFARS 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-O0010)(FEB 2015) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Reporting (OCT 2016) DFARS 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (MAR 2016) (15 USC 637). DFARS 252.219-7004, Small Business Subcontracting Plan (Test Program) (OCT 2014) (15 USC 637 note). DFARS 252.225-7012, Preference for Certain Domestic Commodities ( DEC 2016 ) (10 USC2533a). DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concern s (SEP 2004) (Section 8021 of PL 107-248) and similar sections in subsequent DoD appropriations acts). DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) (10 USC 2227) DFARS 252.232-7010, Levies on Contract Payments (DEC 2006) DFARS 252.232-7011, Payments in Support of Emergencies and Contingency Operations (MAY 2013) DFARS 252.239-7018, Supply Chain Risk (OCT 2015) ( Section 806(e)(6) of Pub. L. 111-383 ). DFARS 252.239-7999, Cloud Computing Services (DEVIATION 2015-O0011)(FEB 2015). DFARS 252.243-7002, Requests for Equitable Adjustment (DEC 2012) (10 USC 2410). FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (OCT 2016). Paragraph (b (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 USC 4704 and 10 USC 2402). (2) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (OCT 2016) (PL 109-282) (31 USC 6101 note). (8) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 USC 6101 note). (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 USC 2313). (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 USC 657a). (16) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 USC 637(d)(2) and (3)). (22) 52.219-28, Post Award Small Business Program Rerepresentation (OCT 2014) (15 USC 632(a)(2)) (25) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (28) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246). (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 USC 4212). (30) 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 USC 793). (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 USC 4212). (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). (33) 52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011). (50) 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 reasury). (56) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL. 2013) (31 USC 3332). (59) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 USC 552a).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-17-Q-CP10/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN04634759-W 20170819/170817232511-5d1e31b14b3098dfb5565030d7141e5d (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.