SOLICITATION NOTICE
70 -- Maximo Asset Management-Renewal
- Notice Date
- 9/21/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- FA9301-19-Q-0001
- Archive Date
- 10/12/2018
- Point of Contact
- Leonila Marcelino, Phone: 6612771992, Charles Richardson, Phone: 6612753248
- E-Mail Address
-
leonila.marcelino@us.af.mil, charles.richardson.16@us.af.mil
(leonila.marcelino@us.af.mil, charles.richardson.16@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial products prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and an additional written solicitation will not be issued. This is a Request for Quotation (RFQ). All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Supplements, Federal Acquisition Circular (FAC) 2005-100, AFAC 2018-0525 and DFARs Change Notice (DPN) 20171228. NAICS is 511210 with a size standard of $38.5M. This is a commercial acquisition, set-aside to small business. The Air Force Test Center (AFTC) located at Edwards Air Force Base, CA is seeking to purchase for the renewal of the subscription and support for Maximo Asset Management, as listed below. Brand Name Justification - Redacted. Performance Requirements: The Contractor shall provide products with the following requirements: Product Name : IBM Maximo Asset Management Products t o be acquired under this contract : 1.) Maximo Asset Management Authorized User Annual Software Subscription and Support Renewal, P/N: E0AU2LL - QTY: 100 Unit of Measure: EACH 2.) Maximo Asset Management Limited Use Authorized User Annual Software Subscription and Support Renewal, P/N: E0AU1LL - QTY: 25 Unit of Measure EACH Place of delivery and acceptance shall be FOB Destination: 412 CEG Attn: F9-2016-009 45 N. Wolfe Avenue Edwards Air Force Base, CA 93524. Period of Performance: 1 October 2018 to 30 September 2019. Interested parties who believe they can meet all the requirements for the services described in this synopsis/solicitation are invited to submit in writing a complete quote. Offerors are required to submit with their quote enough information including Contractor's CAGE code and DUNS number for the Government to evaluate the minimum requirements detailed in this synopsis/solicitation. Evaluation: The government will be evaluating quotes IAW FAR 13.106-1(a); -- Soliciting Competition, Evaluation of Quatation or Offers, Award and Documentation. This requirement is contingent upon the availability of funds. Currently this is an unfunded requirement. Award is projected on 1 Oct 2018. No award will be made under this Combined Synopsis/Solicitation until funds are available. The Government has no obligation to reimburse an offeror for any costs associated with preparation of a quote for submission. FY19 funding is projected to be available on 1 Oct 2018 - pending available funding. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factor(s) will be used to determine best value: •i. Price •ii. Technical capability of the offer to meet the Government requirement Offers are due at the Air Force Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, no later than 26 September 2018 at 10:00 am Pacific Standard Time. All offers are to be sent via email to: leonila.marcelino@us.af.mil. Phone: 661-277-1992, Alternate point of contact is Charles Richardson, (661) 275‐3248 e‐mail: charles.richardson.16@us.af.mil. LATE SUBMISSIONS WILL NOT BE ACCEPTED. PROVISIONS AND CLAUSES NOTE: This is an acquisition of a COMMERCIAL ITEMS. This list is not all inclusive. The following are latest FAR, DFARS and AFFARS provisions and clauses apply to this solicitation and are incorporated by reference: 52.252-1 -- Solicitation Provisions Incorporated by Reference. 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 address: http://farsite.hill.af.mil. 52.252-2 - Clauses Incorporated by Reference. 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://farsite.hill.af.mil this site will also provide the latest publication date. The following provisions and clauses apply ( this list is not all-inclusive.) : Clause/ Provision Title 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements -Representation 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-22 Alternative Line Item Proposal 52.204-20 Predecessor of Offeror 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors -- Commercial Items 52.212-2 Evaluation -- Commercial Items 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.212-4 Contract Terms and Conditions -- Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION 2013-O0019) 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers With Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals - Representation 52.224-3 Privacy Training 52.225-13 Restriction on Certain Foreign Purchases 52.225-18 Place of Manufacture 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-3 Alterations in Solicitation 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirement Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7006 Billing Instructions 252.204-7008 Compliance with Safeguarding Covered Defense Information Control 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7013 Limitations on the Use or Disclosure of Information 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 Item Unique Identification and Valuation 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.322-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsman
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9301-19-Q-0001/listing.html)
- Place of Performance
- Address: 45 N. Wolfe Ave, Edwards AFB, Edwards, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN05101099-W 20180923/180921231035-c122c4006ab8497318f7a7cdaef0f98f (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 |