Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2020 SAM #6826
SOLICITATION NOTICE

D -- Microfiche Digitization Services

Notice Date
8/5/2020 9:14:46 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
W7N8 USPFO ACTIVITY WIANG 115 MADISON WI 53704-2591 USA
 
ZIP Code
53704-2591
 
Solicitation Number
W50S9F-20-Q-0015
 
Response Due
8/25/2020 9:00:00 AM
 
Archive Date
09/09/2020
 
Point of Contact
Scott Homner, Phone: 6082454757
 
E-Mail Address
scott.homner@us.af.mil
(scott.homner@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with 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 a written solicitation will not be issued. (ii) Solicitation W50S9F-20-Q-0015 is issued as a Request for Quotation (RFQ). (iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07, effective 2 July 2020, and Defense Acquisition Circular DPN 20200605, effective 5 June 2020. (iv) This RFQ is solicited as a total small business set-aside. The NAICS code is anticipated to be 518210 with a Small Business Size Standard of $35 million. (v) The Wisconsin Joint Force Headquarters Air Staff is anticipating the following deliverables: Item 1: Conversion of military records currently on microfiche to searchable PDFs Item 2: Delivery of all files on an encrypted hard drive Item 3: Contractor Manpower Reporting (vi) Description of requirement: The Wisconsin Joint Force Headquarters Air Staff requires conversion of military records currently on microfiche to black and white searchable PDFs. The Government will provide an estimated 6,000 sheets of jacketed microfiche, approximately 66 images per file, for an estimated total of 396,000 images. See attached Performance Work Statement (PWS) for details on the scope of work and other requirements (vii) Delivery is desired not later than 90�days after contract award. The delivery and acceptance shall be 3110 Mitchell St, Madison, WI 53704. Shipping shall be FOB Destination. (viii) The provision at FAR 52.212-1 , Instructions to Offerors � Commercial Items (DEVIATION 2018-O0018), applies to this acquisition. (ix) The Government intends to award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation delivers the best value to the Government, which will include price and technical. A firm fixed price contract award is anticipated. (x) The quoter shall include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, or be currently registered in the SAM website with Representations and Certifications completed. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii. (xiii) The following additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition: This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make award. If funds become available for award, and prices are deemed fair and reasonable, it is the Governments intent to make award. This is not a commitment of funds or contract award. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving�Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow�(WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at https://www.acquisition.gov/browse/index/far and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/. 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations � 52.212-1 Instructions to Offerors � Commercial Items (CD 2018-O0018) 52.212-3 Alt I, 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 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2020-O0008) 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.224-3 Privacy Training 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 52.239-1 Privacy or Security Safeguards 52.245-1 Government Property 52.245-9 Use and Charges 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.211-7007 Reporting of Government-Furnished Property� 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation. (DEVIATION 2020-O0015) 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7009 Representation of Use of Cloud Computing 252.239-7010 Cloud Computing Services 252.244-7000 Subcontracts for Commercial Items 252.246-7008 Sources of Electronic Parts 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations 252.247-7023 Transportation of Supplies by Sea�Basic (xiv) DPAS Rating does not apply to this acquisition. (xv) Instructions to Offerors: 1. Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received. 2. Quotes must include the following: a. Offeror�s CAGE Code or DUNS Number. b. Delivery schedule/lead times. c. Technical description detailing the plan to complete this requirement. 3. All contractors shall be fully registered in the System for Award Management (SAM) at the time a quote is submitted to the government. Offerors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/SAM/. 4. It is the interested Offeror�s responsibility to check Contracting Opportunities on beta.sam.gov for updated information. (xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions not received within a reasonable time prior to the response date may not be answered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b0c83ff6dc1f43f08780e46587aab85f/view)
 
Place of Performance
Address: Madison, WI 53704, USA
Zip Code: 53704
Country: USA
 
Record
SN05745794-F 20200807/200805230153 (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.