Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2020 SAM #6846
SOLICITATION NOTICE

70 -- PRIDE Automation Perpetual Software License

Notice Date
8/25/2020 7:52:25 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
FA2521 45 CONS LGC PATRICK AFB FL 32925-3237 USA
 
ZIP Code
32925-3237
 
Solicitation Number
FA252120QB111
 
Response Due
11/8/2020 12:00:00 PM
 
Archive Date
11/23/2020
 
Point of Contact
Natalie Erdley, Phone: 3214940039, Linda M. Penuel, Phone: 3214947573
 
E-Mail Address
Natalie.Erdley@us.af.mil, linda.penuel@us.af.mil
(Natalie.Erdley@us.af.mil, linda.penuel@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation number FA2521-20-QB111 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. This is a set-aside for Women Owned Small Business.� The North American Industry Classification System (NAICS) code for this project is 541512 with a size standard of $30 M. The purpose of this combined synopsis and solicitations for PRIDE Software Perpetual License. Description: Commercially available supply of a brand name requirement. Contractor to provide perpetual license of PRIDE Automation software. Requirement is for PRIDE Author for 3 concurrent users and PRIDE View Server for approximately 25 concurrent users, the requirement will also include the PRIDE annual Maintenance and Support (M&S). The bid schedule and contract CLIN schedule are below. Item� � �� Description� � � � � � � � � � � � � � � � � � � ��Qty� � � � �� Unit� � � � � � � � � � � �� Unit Price� � � � � � Total Amount 0001� � � �PRIDE Automation Software � � � � � � � � �Perpetual License: Author� � � � � � �3� � � � � � �Concurrent Users� ��$________� �$________ 0002� � �� PRIDE Automation Software � � � � � � � � Perpetual License: View Server� � 25� � �� � � Concurrent Users�� �$________�� $________ 0003� � � �PRIDE Annual Maintenance � � � � � � � � �and Support� � � � � � � � � � � � � � � � � � �� � �1� � � �� � � �Year� � � � � � � � � � � � � � � $________��$________ NOTE TO OFFERORS:� In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market.� Include your GSA contract number for items, as well as expiration date of the contract.� *FAR Provision 52.212-1, Instructions to Offerors � Commercial Items applies to this acquisition and the following addendum applies: The following words stating �offer�, �offeror�, and �proposal� are replaced with �quotation�, �vendor�, and �quote�. Paragraph (a) first sentence revised as follows:� �The NAICS code and small business size standard for this acquisition appear above.� Paragraph (c) first sentence revised as follows:� �The offeror agrees to hold the prices in its offer firm until 30 September 2020.� RFQ due date: 8 September 2020 RFQ due time: �3:00 P.M. EST Email to: �Natalie.Erdley@us.af.mil and Linda.Penuel@us.af.mil or mail to: 45th Contracting Squadron Attn:� FA252120QB111 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL� 32925-3238 Note:� .zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this solicitation must be submitted by 2:00 P.M. EST 2 September 2020. Please provide the following information with your quote: Company Name:____________ DUNS Number: ____________ Cage Code: _______________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty:� ________________ FOB (Select):� ____ Destination������������������� _____ Origin Shipping Cost included?� ____ Yes �������������� _____ No All companies must be registered in the System for Award Management at https://beta.sam.gov/ to be considered for award.� The Government will not provide contract financing for this acquisition.� Invoice instruction shall be provided at time of award. FAR Provision *52.212-2, Evaluation -- Commercial Items (Oct 2014), applies to this acquisition and the following evaluation is applicable:� (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical: quote must be rated as technically acceptable to be eligible for award.� In order to be deemed technically acceptable the vendor must provide proof of authorization to provide PRIDE Automation Software.� ����������� (2) Price: Award will be made to the lowest priced technically acceptable offeror. FAR Provision *52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 17), with its Alternate I (Oct 14), applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 17), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Aug 2020), Additionally, the following FAR clauses cited in 52.212-5(b) are applicable:� 52.204-10������� Reporting Executive compensation and First-Tier Subcontract Awards (Jun 2020) 52.209-6��������� Protecting the Government's Interest when Subcontracting with Contractor's (Jun 2020) 52.219-6��������� Notice of Total Small Business Set-Aside (Nov 11) 52.219-13������� Notice of Set-Aside of Orders (Nov 11) 52.219-28������� Post Award Small Business Program Rerepresentation (May 2020) 52.219-30������� Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Mar 2020) 52.222-3��������� Convict Labor (June 2003) 52.222-19������� Child Labor-Cooperation with Authorities and Remedies (Jan 2020) 52.222-21������� Prohibition of Segregated Facilities (Apr 2015) 52.222-26������� Equal Opportunity (Sept 2016) 52.222-36������� Equal Opportunity for Workers with Disabilities (Jul 14) 52.222-50������� Combating Trafficking in Persons (Jan 2019) 52.223-18������� Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) 52.225-13������� Restriction on Certain Foreign Purchases (Jun 2008) 52.232-33������� Payment by Electronic Funds Transfer� System for Award Management (Oct 2018)������� End of Clause Note:� The vendor acknowledges that should the quote or proposal�s terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. FAR: 52.204-7 - System for Award Management (Oct 18) 52.204-10 � Reporting Executive Compensation and First Tier Subcontract Awards (Oct 18) 52.204-13 - System for Award Management Maintenance (Oct 18) 52.204-16 - Commercial and Government Entity Code Reporting (Jul 16) 52.204-18 - Commercial and Government Entity Code Maintenance (Jul 16) 52.204-21 - Basic Safeguarding of Covered Contractor Information Systems (Jun 16) 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 19) 52.219-6 - Notice of Total Small Business Set-Aside (Nov 11) 52.219-28 � Post Award Small Business Program Representation (Jul 13) 52.222-3 - Convict Labor (Jun 03) 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jan 20) 52.222-21 - Prohibition of Segregated Facilities (Apr 15) 52.222-26 - Equal Opportunity (Sep 16) 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 14) 52.222-50 - Combating Trafficking in Persons (Jan 19) 52.225-13 - Restriction on Certain Foreign Purchases (Jun 08) 52.232-33 - Payment by Electronic Funds Transfer� System for Award Management (Oct 18) 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (Dec 13) DFARS: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.203-7003 Agency Office of the Inspector General (Aug 2019) *252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11) *252.204-7008 Compliance with Safeguarding Defense Information Controls (Oct 16) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information (Oct 16) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 19) 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 16) or a Felony Conviction under any Federal Law (Deviation 2012-O0004) (Jan 12) 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation, as prescribed in 204.2105(a), to comply with section 1656 of the National Defense Authorization Act for Fiscal Year 2018 (Pub. L. 115-91). 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications �Equipment or Services�Representation, as prescribed in 204.2105(b), to comply with section 1656 of the National Defense Authorization Act for Fiscal Year 2018 (Pub. L. 115-91). 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, as prescribed in 204.2105(c), to comply with section 1656 of the National Defense Authorization Act for Fiscal Year 2018 (Pub. L. 115-91). 252.211-7003 Item Identification and Valuation (Mar 16) 252.211-7008 Use of Government-Assigned Serial Numbers (Sep 10) 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System�Statistical Reporting in Past Performance Evaluation (Sep 19) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 13) *252.225-7000 Buy American Statute�Balance of Payments Program Certificate (Nov 14) 252.225-7001 Buy American and Balance of Payments Program (Dec 17) 252.225-7012 Preference for Certain Domestic Commodities (Dec 17) 252.225-7021 Trade Agreements (Sep 19) *252.225-7031 Secondary Arab Boycott of Israel (Jun 05) 252.225-7036 Buy American Act--Free Trade Agreements Balance of Payments Program (Dec 17) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 18) 252.232-7006 Wide Area Workflow Payment Instructions (Dec 18) 252.232-7010 Levies on Contract Payments (Dec 06) 252.244-7000 Subcontracts for Commercial items (Jun 13) AFFARS: 5352.201-9101-Ombudsman (Oct 19) with the following fill-in: AFICC/OL-SPC, Director of Contracting, 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554- 5299, aficc.ks.wf@us.af.mil. 5352.223-9001-Health and Safety on Government Installations (Oct 19) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000-Contractor Access to Air Force Installations (Oct 19) The full text of these clauses and provisions may be assessed electronically at the website: https://acquisition.gov.� NOTE:� ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ca89ea112672428e8fe184767d9947a0/view)
 
Place of Performance
Address: Canaveral Air Station, FL 32920, USA
Zip Code: 32920
Country: USA
 
Record
SN05773188-F 20200827/200825230157 (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.