SOLICITATION NOTICE
70 -- Power Pick Global Subacription
- Notice Date
- 12/27/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Connecticut, 360 Broad Street, Hartford, Connecticut, 06105-3795
- ZIP Code
- 06105-3795
- Solicitation Number
- W91ZRS18QF004
- Archive Date
- 1/25/2018
- Point of Contact
- Leslie A Fedler,
- E-Mail Address
-
leslie.a.fedler.civ@mail.mil
(leslie.a.fedler.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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. This solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 dated January 01, 2017. This solicitation number W91ZRS-18-Q-F004 is for the Connecticut Army National Guard (CTARNG). The USPFO for Connecticut intends to award a Firm-Fixed Price contract for Power Pick Global Subscription. This request is due by 10 January 2018 at 10:00 a.m. (Eastern Time). This solicitation is unrestricted. The North American Industry Classification System (NAICS) code for this acquisition is 511210 -Software Publishers. The small business size standard is $38.5 annually. Instructions to Offerors 1. All questions shall be in writing. Questions may be faxed to Leslie Fedler at 860-386-4070 or emailed at leslie.a.fedler.civ@mail.mil. Questions must be submitted No Later Than 08 January 2018. 2. All quotes are due no later than 10:00 a.m. eastern time, 10 January 2018. Quotes may be faxed to Leslie Fedler at 806-386-4070 or emailed to leslie.a.fedler.civ@mail.mil. a. It is your responsibility to make sure your quote is received. The fact that the contracting office did not receive your quote due to an error on the fax machine or email address does not change the due date or time. Basis for Award Award shall be made to a single offeror. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government has the right to use Government contracts that the vender has previously won as their past performance rating. Price Evaluation The price should be fair and reasonable. The contractor should as part of the quote have all costs explain in their quote. Proposals will be evaluated on a Best Value and proposals. A quote which does not have the price break down and that does not includes all costs the Government shall consider the quote non-responsive. The determination that a quote is reasonable will be based on competitive quotation/offers and historical history. The most important is price. Sam's Registration: Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, they may do so through the SAM website at http://www.sam.gov. Payment shall be paid thru the wide area workflow program. All payments are net 30 days. All Offerors must accept this as payment. The wide area workflow website is https://wawf.eb.mil/. Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (OCT 2010) with its offer. Description (Brand Name Only) Power Pick Global Subscription Renewal Standard Package Trained staff ready to assist you via email or our toll-free 800 hotline. Web based technical assistance - Problems can be diagnosed and resolved quickly and efficiently over the Web. Minor software updates are available for free and can be installed upon request. Quote: 3 each tiny_mce_marker___________ The following provisions are included in this acquisition: FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; DFAR 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFAR 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFAR 252.204-7011, Alternative Line Item Structure; DFAR 252.225-7031; The following clauses apply to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.204-18, Commercial and Government Entity Code Maintenance; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items; FAR 52.219.28, Post Award Small Business Program Rerepresentation: FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Contractor Registration; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.252-2, Clauses Incorporated by Reference; DFAR 252.201-7000, Contracting Officer's Representative; DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFAR 252.204-7004, Alternate A; DFAR 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information; DFAR 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFAR 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFAR 252.211-7003, Item Unique Identification and Valuation; DFAR 252.223-7008, Prohibition of Hexavalent Chromium; DFAR 252.225-7001, Buy American and Balance of Payments Program; DFAR 252.225-7048, Export-Controlled Items; DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; ;DFAR 252.232-7006, Wide Area Workflow Payment Instructions; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFAR 252.244-7000, Subcontracts for Commercial Items; DFAR 252.247-7023 ALT III, Transportation of Supplies by Sea; Provisions and Clauses for this synopsis/solicitation can be found at http://farsite.hilll.at.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06/W91ZRS18QF004/listing.html)
- Record
- SN04776945-W 20171229/171227230910-f9bb1f0891f61f41cdfa83985230e4cc (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 |