Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 31, 2018 FBO #6186
SOLICITATION NOTICE

D -- NTP/DEFENDX SOFTWARE MAINTENANCE & SUPPORT SERVICE

Notice Date
10/29/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Army, Army Contracting Command, CSBs, 413th CSB (W912CN) RCO Hawaii, 742 Santos Dumont Ave., BLDG 108, Wheeler Army Air Field (WAAF), Schofield Barracks, Hawaii, 96857, United States
 
ZIP Code
96857
 
Solicitation Number
W912CN19Q0012
 
Archive Date
11/17/2018
 
Point of Contact
Tereshia Burford, Phone: 8086561003, Stephanie A. Hunter, Phone: 8086560995
 
E-Mail Address
tereshia.burford.civ@mail.mil, Stephanie.a.hunter20.civ@mail.mil
(tereshia.burford.civ@mail.mil, Stephanie.a.hunter20.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis and Solicitation Notice Information Regional Contracting Office - Hawaii, The Regional Contracting Office, Hawaii has a requirement for NTP/DefendX Software maintenance & support services for base plus four option period at Tripler Army Medical Center, Hawaii. This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 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. The solicitation number is W912CN-19-Q-0012 and this solicitation is issued as a Request for Quotes (RFQ). This is an all-or-none requirement and partial quotes will be deemed unresponsive and will not be evaluated. The Government will award on a single purchase order to the lowest priced responsible Offeror whose offer conforms to the requirements as stated in the combined synopsis/solicitation and is most advantageous to the Government based on the criteria listed in the Solicitation. The Product Service Code : D319 Annual Software Maintenance This is an Unrestricted buy and the associated NAICS code is 541519 Other Computer Related Services: Is not being set-aside for small businesses. Offerors must be registered the System for Award Management (SAM) and all responsible sources may submit a quotation which, if timely received, will be considered by the Agency. Invoicing will be required to go through Wide Area Work Flow (WAWF) at https://wawf.eb.mil/ All questions concerning this combined synopsis and solicitation must be directed to Tereshia Burford at the below contact information: Phone Number: 808-656-1003 and e-mail Tereshia.burford.civ@mail.mil by 1100 hours Hawaii Standard Time on 01 November 2018. All answers to FBO will be posted to this combined synopsis/solicitation. Quotes are due no later than the response date in the posting. Quotes need to include the CAGE code of the business submitting the quote. Responses/offers shall be submitted electronically, PDF or MS Word Format to Tereshia.burford.civ@mail.mil. 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. No telephone requests. All requests must include company name, address, POC name, telephone number, fax number, cage code, Tax ID number, Business size, county and DUNS number. The Tripler Army Medical Center has a requirement for NTP/DefendX Software Maintenance and Support Services for license listed below. The quantities, units of measure, description and information on the equipment items being requested: Support and maintenance contract for these products (Qty 1) Quota & File Sentinel (QFS) 3-pack license, (Qty 1) File Reporter (FR) 3-pack license, (Qty 1) File Audit (FA) 3-pack license and (Qty 10) NetApp TB licenses CLIN ITEM PART# QTY 0001 QFS BASE 3PK SPT/MAINT 1YR(PER PACK) QFS3SUPPMNT1X 1 0002 QFS NETAPP TB SPT/MAINT 1YR (PER TB) QNATBSPMT1X 10 0003 FR BASE 3PK SPT/MAINT 1YR (PER PACK) FR3SUPPMNT1X 1 0004 FR NETAP TB SPT/MAINT 1YR (PER TB) FNATBSPMT1X 10 0005 FA BASE 3 PK SPT/MAINT 1 YR (PER PACK) FA3SUPPMNT1X 1 0006 FA NETAPP TB SPT/MAINT 1YR (PER TB) FANATBSPM1X 10 Provide comprehensive software maintenance and technical support for NTP Software modules listed above. Support will be available 24x7 for first response. Free updates to licensed products for the duration of the contract. Upon award, the base period performance will include 12 months from the date of award at: Tripler Army Medical Center (TAMC) ATTN: M. Hayes 161 Krukowski Road Tripler Army Medical Center, HI 96859-5000 The following Federal Acquisition Regulation (FAR) provisions and clauses which can be found at http://farsite.hill.af.mil/and DOD Class Deviations (CD) which can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html apply to this combined synopsis/solicitation: The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The provision 52.212-2, Evaluation -- Commercial Items, will be used. See Basis for Award. ** Basis for Award: The request for quotation uses streamlined acquisition procedures pursuant to FAR Part 12 and FAR Part 13 as authorized. The Government intends to award a firm fixed price contract resulting from competitive quotes received in response to this solicitation. The quote will be evaluated for a fair and reasonable price. The award decision will be made to the lowest priced offeror conforming to the salient characteristics. The Government will evaluate offers for award purposes by adding the total price for base plus all option periods/years. FAR 52.212-3 Offerors Representations and Certifications - Commercial Item -Alternate 1 FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.211-8 Time of Delivery FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the terms of the Contract FAR 52.222-3 Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 Equal Opportunity (Sep 2016) FAR 52.222-50 Combating Trafficking in Persons (Mar 2015) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference The following additional DFARS clauses cited in the clause are applicable to the acquisition: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials DFARS 252.204-7003 Control Of Government Personnel Work Product (APR 1992) DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Work Flow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.247-7023 Transportation of Supplies by Sea, Basic There are no additional contract requirement(s) or terms and conditions necessary for this acquisition. The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement. Offers will be accepted via email to: Tereshia.burford.civ@mail.mil Offers must be received at this email address Inbox no later than 12:00 PM, Hawaii Standard Time on November 02, 2018. Offeror must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov. Contracting Office Address: 742 Santos Dumont Ave. BLDG 108 Wheeler Army Air Field (WAAF) Schofield Barracks, Hawaii 96857 United States Place of Performance Tripler Army Medical Clinic 161 Krukowski Tripler AMC HI 96859 Primary Point of contact Tereshia Burford Contract Specialist tereshia.burford.civ@mail.mil Telephone: 8086561003
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b9749330f0d7bd9cab4044037e48a0c0)
 
Place of Performance
Address: Tripler Army Medical Clinic, 161 Krukowski RD, TRIPLER AMC, Hawaii, 96859, United States
Zip Code: 96859
 
Record
SN05136619-W 20181031/181029230417-b9749330f0d7bd9cab4044037e48a0c0 (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.