Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2018 FBO #5997
SOLICITATION NOTICE

70 -- Scaffolding Plugin Maintenance - Request for Quote HJ4701819264 Scaffolding Plug-In Maintenance and Support

Notice Date
4/23/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
 
ZIP Code
22202-4371
 
Solicitation Number
HJ4701819264
 
Archive Date
5/12/2018
 
Point of Contact
Kimberly Carroll, Phone: 703-545-9494
 
E-Mail Address
kimberly.y.carroll.civ@mail.mil
(kimberly.y.carroll.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Scaffolding plugin is a major component of the Acquisition Information Repository (AIR) and Acquisition Security Database (ASDB). Without successful instances of Scaffolding, AIR would not properly store Major Defense Acquistion Program (MDAP) documents as required by DoDI 5000.02 and ASDB would not display acquisition information. The Government hereby requests brand name quotes for Scaffolding Plug-in Maintenance Renewal in accordance with attached Purchase Description. REQUEST FOR QUOTE RFQ HJ4701819264 April 23, 2018 Dear Sir or Madam: The Government hereby requests brand name quotes for Scaffolding Plug-in Maintenance Renewal in accordance with attached Purchase Description. This Request for Quote follows the procedures of FAR 13.106-1 - Soliciting Competition. The associated North American Industrial Classification System (NAICS) for this procurement is 541519 "Other Computer Related Services" with a size standard of $27.5M. EVALUATION CRITERIA: The Government will evaluate quotes and make a selection based on the lowest priced technically acceptable quote. An award will be issued to the offeror submitting an eligible quotation that represents the best overall value to the Government based on the following evaluation factors: 1. Technical acceptability; and 2. Price. ADDITIONAL INFORMATION: 1. Quotes must be firm fixed-priced. 2. Quotes must include the entire quantity listed (no substitutions), all or none. 3. Quoters shall include Cage Code and DUNS Number in quote. 4. Attached is the Purchase Description. Please submit any questions NLT 5:00 pm on Friday, April 27, 2018. The Government will not accept late submissions. Please submit your quote NLT 5:00 pm on Friday, April 27, 2018. The Government will not accept partial or late submissions. If you have any questions, please contact the Contract Specialist listed below. Primary POC: Kimberly Carroll, Contract Specialist - kimberly.y.carroll.civ@mail.mil or (703) 545-9494. PURCHASE DESCRIPTION/DELIVERY INFORMATION OF SCAFFOLDING PLUG-IN MAINTENANCE AND SUPPORT 1. SCOPE The Defense Technical Information Center (DTIC) requires the acquisition of annual maintenance for the production support of Atlassian Confluence. 2. QUANTITY AND DESCRIPTION Qty Product 1 Scaffolding Plugin License Renewal 10,000+ Users - License #18784 - Licensed To: Defense Technical Information Center 1 Scaffolding Plugin License Renewal 10,000+ Users - License #18785 - Licensed To: Defense Technical Information Center 1 Scaffolding Plugin License Renewal 10,000+ Users - License #18786 - Licensed To: Defense Technical Information Center 3. PERIOD OF PERFORMANCE. The period of performance is May 6, 2018 through May 5, 2019. 4. DELIVERY ADDRESS. Defense Technical Information Center 8725 John J. Kingman Road Fort Belvoir, VA 22060-6218 5. SPECIAL INSTRUCTIONS N/A 6. INSTALLATION ADDRESS The installation address is the same as the delivery address in item 4. CLAUSES AND PROVISIONS The RFQ hereby incorporates the additional provisions and clauses listed below. The following provisions and/or clauses apply to this acquisition. Vendors must comply with all instructions contained in the following: The RFQ hereby incorporates the additional provisions and clauses listed below. The following provisions and/or clauses apply to this acquisition. Vendors must comply with all instructions contained in the following: FAR 52.203-18 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017) FAR 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Jan 2017) FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Jan 2017) FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Jan 2017) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019) (JAN 2017) CLAUSES INCORPORATED BY FULL TEXT 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that-- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 52.204-99 -- System for Award Management Registration (DEVIATION) Except for awards where the Government wide purchase card (GPC) is used as the method of payment, contracting officers shall include the attached clause 52.204-99, System for Award Management Registration, in lieu of FAR clause 52.204-7, Central Contractor Registration, and DF ARS 252.204-7004, Alternate A, Central Contractor Registration. System for Award Management Registration (August 2012) (DEVIATION) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN Attachment, Page 1 of 4 validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b) (1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform <http://fedgov.dnb.com/webform> or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause, or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov <https://www.acquisition.gov/> or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7000 (OCT 2016) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2006) DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials (NOV 2011) DFARS 252.204-7003 Control of Government Personnel Work Product (OCT 2016) DFARS 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) DFARS 252.204-7012 - Safeguarding Covered Defense Information & Cyber Incident Reporting (OCT 2016) DFARS 252.204-7015 - Disclosure of Information to Litigation Support Contractors(FEB 2014) DFARS252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (June 2012) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7001 Pricing Of Contract Modifications (DEC 2001) DFARS 252.204-7004 Alternate A, System for Award Management (FEB 2014) DFARS 252.204-7006 Billing Instruction (OCT 2005) DFARS 252.225-7048 Export-Controlled Items (June 2013) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HJ4701819264/listing.html)
 
Place of Performance
Address: Defense Technical Information Center (DTIC), 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN04898513-W 20180425/180423230915-e5f7b4d85fef237f2e19f7d36274e4e9 (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.