Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2018 FBO #6112
SOLICITATION NOTICE

D -- Comstice Wallboard Plug-In - RFQ

Notice Date
8/16/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Securities and Exchange Commission, Office of Acquisitions, Office of Acquisitions, 100 F Street, NE, MS-4010, Washington, District of Columbia, 20549, United States
 
ZIP Code
20549
 
Solicitation Number
50310218Q0092
 
Archive Date
9/14/2018
 
Point of Contact
Khaleelah S. Wright, , Regina Mumford-Rush,
 
E-Mail Address
wrightkh@sec.gov, mumford-rushr@sec.gov
(wrightkh@sec.gov, mumford-rushr@sec.gov)
 
Small Business Set-Aside
N/A
 
Description
SF-18 Quote Cover Sheet Pricing Sheet Requirements Document This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, in conjunction with FAR Subpart 13.5, and as supplemented with additional information included in this notice. This announcement is the only solicitation; quotes are being requested, and a written solicitation will not be issued. Combined synopsis/solicitation number 50310218Q0092 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-98, dated May 31, 2018. This acquisition is solicited as unrestricted under North American Industrial Classification Systems (NAICS) code 423430. All responsible sources may submit a quotation which shall be considered by the agency. The requirement of this solicitation is for Comstice Wallboard software for the EDGAR Business Office, located in Washington, DC. This is a Firm-Fixed Price (FFP) type purchase order that will be awarded via OPEN MARKET. This award shall be made on a Lowest Price, Technically Acceptable (LPTA) basis. Award will be executed in the aggregate. The period of performance for this award is for a 12-month base year and two (2) one-year options. The duration will commence at the time of contract award and continue for three years. Pricing shall remain in effect for the duration of the purchase order. The price summary sheet is attached and shall be provided with your quotation. ELECTRONIC SUBMISSIONS OFFERS MUST BE SUBMITTED ELECTRONICALLY U.S. Postal Service, Over Night Carrier or Fax submissions shall not be an acceptable form of submittal. All sections shall be sent via one email. Place the Solicitation number within the subject line of your submittal. Electronically submitted quotations shall be sent to the following email addresses: wrightkh@sec.gov Khaleelah Wright, Contract Specialist and mumford-rushr@sec.gov Regina Mumford-Rush, Contracting Officer **It is the offeror's responsibility to ensure that electronically submitted quotes are received by the Government by the due date. The closing date and time of this solicitation is August 30, 2018 at 12:00PM, Eastern Time. Vendors shall submit quotations on company letterhead signed by an authorized company representative by the closing date and time. Quotes may be submitted via email only. Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Quotes must be valid for thirty (30) days after due date. Any amendment(s) issued to this RFQ will be published on this website. Therefore, it is the offerors responsibility to visit this website frequently for updates on this procurement. Clarity and completeness of the offer are of the utmost importance. The offer must be written in a practical, clear and concise manner. It must use quantitative terms whenever possible and must avoid qualitative adjectives to the maximum extent possible. OTHER SUBMITTAL ITEMS THAT MUST ACCOMPANY QUOTE Offeror shall complete the attached Quotation Cover page in its entirety, submit Current ORCA Record or FAR 52.212-3 (Offeror Representations and Certifications -Commercial Items) in its entirety, the SF-18 form, and submit with offer. **Offerors that submit their quotation without the SF-18 form, quotation cover page and ORCA/FAR 52.212-3 may be deemed non-responsive and may not receive consideration for award. All vendors are cautioned that if selected for award, they must be registered with the System for Award Management (SAM) program. The SAM can be accessed at Internet address: https://www.sam.gov/portal/public/SAM/. Confirmation of SAM registration will be validated prior to issuance of an award. The following FAR provisions and clauses apply to this solicitation: FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.222-3 Convict Labor; FAR 52.222-3 Convict Labor; FAR 52.224-1 Privacy Act Notification; FAR 52.224-2 Privacy Act; FAR 52.232-17 Interest; FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; FAR 52.233-3 Protest After Award; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6; and Authorized Deviations in Clauses. Full text of these provisions and clauses, may be obtained from the following internet websites: http://farsite.hill.af.mil/, and http://www.acquisition.gov/far/. Offerors may indicate that their response to FAR 52.212-3 Offeror Representations and Certifications-Commercial Items has been loaded on https://www.sam.gov/portal/public/SAM/. The following SEC local clauses apply to this solicitation: 2001.00, ‘Preservation, Packaging, Packing, and Marking'; 2002.00, ‘Marking'; 3001.01, ‘Inspection and Acceptance by the Contracting Officer's Representative (COR)'; 4002.00, ‘Period of Performance with Option Years'; 5001.00, ‘Contract Administration'; 5003.00, ‘Submission of Invoices'; 5004.00, ‘Appointment of COR'; 6002.00, ‘Type of Contract'; 6003.00, ‘Representatives and Certifications' 6012.02, ‘SEC 508 Requirements' 6012.02 *A.01, ‘Electronic and Information Technology' 6012.04, ‘Electronic and Information Technology Accessibility' 6013.00, ‘Common Security Configurations' 6013.01, ‘Fed Requirements, Security, and Accessibility Info Sys'
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/50310218Q0092/listing.html)
 
Place of Performance
Address: 100 F Street, NE, Washington, District of Columbia, 20549, United States
Zip Code: 20549
 
Record
SN05041348-W 20180818/180816231544-f5edbfcf93bc0ae4cb6556948a9aecc1 (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.