Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2020 SAM #6699
SOLICITATION NOTICE

70 -- Worldwide Flight Data Subscription with Search Tools

Notice Date
3/31/2020 6:40:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
DEPT OPS ACQ DIV WASHINGTON DC 20528 USA
 
ZIP Code
20528
 
Solicitation Number
70RDAD20Q00000056
 
Response Due
4/9/2020 9:00:00 AM
 
Archive Date
04/24/2020
 
Point of Contact
Bryan Harden
 
E-Mail Address
bryan.harden@hq.dhs.gov
(bryan.harden@hq.dhs.gov)
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Government intends to award a Firm-Fixed Price contract under Simplified Acquisition Procedures (SAP) using FAR Part 13 to the responsible Offeror whose quotation conforming to this synopsis/solicitation will offer the best value to the Government, price and other factors considered. (ii) The Request for Quote (RFQ) or Reference Number is: 70RDAD20Q00000056. (iii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05. (iv) This acquisition is NOT set aside for Small Businesses. (v) The Contract Line Item Numbers (CLINS), Description, Quantities, and Units of Measure are: See Attachment A (Schedule of CLINS and Statement of Work). (vi) The Contract shall provide comprehensive worldwide flight data in support of the Department of Homeland Security (DHS), Office of Intelligence and Analysis (I&A). (vii) Anticipated period of performance is to commence on May 10, 2020 for a base term of twelve months (12) months followed by four (4), twelve (12) month option periods as outlined in Attachment A (Schedule of CLINS and Statement of Work). (viii) The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors - Commercial applies to this acquisition. The following addendum has been attached to this provision: Offerors' submission must include the following information: DUNS Number; Primary Point of Contact Name; Primary Point of Contact Phone Number; Primary Point of Contact Email; and Complete Business Mailing Address. Each Offeror shall complete and submit Attachment A (Schedule of CLINS) with their offer. Offerors SHALL detail exactly what product they are offering (Five (5) pages or less, excluding Attachment A) in order for the offer to be considered (ix) The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. The following factors shall be used to evaluate offers: Award will be made to the Lowest Price Technically Acceptable, responsible offeror. To be considered technically acceptable the items being offered shall meet or exceed the salient characteristics listed in Attachment A. Each Offeror shall complete and submit Attachment A (Schedule of CLINS) with their offer. Offerors SHALL detail exactly what product they are offering (Five (5) pages or less, excluding Attachment A) in order for the offer to be considered. The Government is not responsible for locating or obtaining any information not identified in the offer. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. The Offeror shall complete their representations and certifications through the System for Award Management and provide verification with their quotation submission. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. There are no applicable addenda attached for this clause. (xii) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause that are applicable to this requirement are; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 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, 52.219-28 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, 52.222-35 Equal Opportunity for Veterans, 52.222-36 Equal Opportunity for Workers with Disabilities, 52.222-37 Employment Reports on Veterans, 52.222-50 Combating Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management, 52.239-1 Privacy or Security Safeguards. (xiii) The following additional clauses apply to this requirement; FAR 52.204-7 System for Award Management, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.204-13 System for Award Management Maintenance, 52.204-21 Basic Safeguarding of Covered Contractor Information Systems, 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation, 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. The following clauses apply to this acquisition and are included via full text; 52.217-8 -- Option to Extend Services - The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause). 52.217-9 -- Option to Extend the Term of the Contract - (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. (End of Clause). Full text of FAR clauses and provisions incorporated by reference can be found at www.acquisition.gov. (xiv) Rating under the Defense Priorities and Allocations System (DPAS) - None. (xv) Any questions concerning this combined synopsis/solicitation must be received via email to the point of contact noted in section ""xvi� no later than 12:00 p.m. Eastern Standard (ES) on Monday, April 06, 2020. Offers are due no later than Thursday, April 09, 2020 - 12:00 p.m. ES and shall be submitted via email to the point of contact noted in section ""xvi"". (xvi) The Contracting Officer is Bryan Harden and can be reached at Bryan.Harden@hq.dhs.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2e3954389e8241e8a1a71f7fd469c274/view)
 
Record
SN05606214-F 20200402/200331230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.