Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 05, 2020 SAM #6855
SOLICITATION NOTICE

70 -- DEOMI vBrick Upgrade from VEMS to REV

Notice Date
9/3/2020 6:45:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
FA2521 45 CONS LGC PATRICK AFB FL 32925-3237 USA
 
ZIP Code
32925-3237
 
Solicitation Number
FA252120QB079
 
Response Due
9/11/2020 11:00:00 AM
 
Archive Date
09/26/2020
 
Point of Contact
Robert J. Baker, Phone: (321) 494-9951
 
E-Mail Address
robert.baker.58@us.af.mil
(robert.baker.58@us.af.mil)
 
Description
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 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 FA252120QB079 for DEOMI vBrick Upgrade from VEMS to REV; both the solicitation number and the project title shall be used to reference any written quote provided under this request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08; Effective 07-14-2020. This is a Full & Open, Unrestricted acquisition. The North American Industry Classification System (NAICS) code for this project is 334111, with a size standard of 1,250 employees. The purpose of this combined synopsis/solicitation is to upgrade the Defense Equal Opportunity Management Institute�s (DEOMI) existing vBrick Enterprise Media System (VEMS) to REV; this capability is required to record instruction, and events in DEOMI auditoriums and classrooms.� DEOMI�s curriculum requires this capability for instructors to critique students, instructor reviews, and allow students to access previous materials. Please see attached: FA252120QB079 Statement of Objectives, dated 24 Aug 2020 FA252120QB079 Performance Work Statement, dated 24 Aug 2020 FA252120QB079 Brand Name Justification, dated 21 Aug 2020 45 SW Badge Request Form NOTE TO OFFERORS:� An optional, but highly recommended site visit will be conducted for this requirement; prospective vendors or their designee acting as their agent will be provided access to the DEOMI facility on 31 Aug 2020, from 10:00 � 12:00 EST to perform an information gathering site survey for the development of offers in response to this RFQ.� Offerors shall send a completed 45 SW Badge Request form to the contracting officer no later than 13:00 EST on 27 Aug 2020; badge request forms received after this time may not be processed in time to provide access to the installation. Site Visit Location: Patrick AFB, FL PAFB-DEOMI Bldg. 352 � 366 Tuskegee Airmen Drive Patrick AFB, FL 32925 *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 Sept 20. RFQ due date: 04 September 2020 RFQ due time: 14:00 EST Email to: �Robert J. Baker, robert.baker.58@us.af.mil 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 14:00 EST on 01 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 �Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror�s submissions will be evaluated based upon the following: Technical: quote must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable, the following evaluation criteria must be met IAW SOW. Price: Award will be made to the lowest priced technically acceptable offeror. This award will be made on the basis of Lowest Price Technically Acceptable. Discussions: The government intends to award a purchase order without discussions with respective vendors/quotes. The government however, reserves the right to conduct discussions if deemed in its best interest. 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. *52.209-11 � Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 16) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that� (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b)The Offeror represents that� (1)It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2)It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) *52.204-24���Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. As prescribed in 4.2105(a), insert the following provision: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it �does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. (a) Definitions. As used in this provision- Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to� (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to� (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services.� (d) Representations. The Offeror represents that� (1) It [] will, [] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds �will� in paragraph (d)(1) of this section; and (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that� It [] does, [] does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds �does� in paragraph (d)(2) of this section. (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded �will� in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment� (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (ii) For covered services� (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded �does� in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment� (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (ii) For covered services� (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End of provision) FAR 52.204-7(b)(1) System for Award Management (Oct 2018) An Offeror is required to be registered in SAM when submitting an offer or quotation, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. 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. This clause incorporates by reference only those clauses required to implement provisions of law or Executive orders applicable to the acquisition of commercial items. The contracting officer shall attach this clause to the solicitation and contract and, using the appropriate clause prescriptions, indicate which, if any, of the additional clauses cited in 52.212-5(b) or (c) are applicable to the specific acquisition. Some of the clauses require fill-in; the fill-in language should be inserted as directed by 52.104(d). When cost information is obtained pursuant to part 15 to establish the reasonableness of prices for commercial items, the contracting officer shall insert the clauses prescribed for this purpose in an addendum to the solicitation and contract. This clause may not be tailored. 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) 52.204-25 - Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 20) 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Oct 15) 52.219-28-Post Award Small Business Program Rerepresentation (Jul 13) 52.222-3 - Convict Labor (Jun 03) 52.222-17- Nondisplacement of Qualified Workers (May 14) (E.O. 13495) 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) 52.222-41- Service Contract Labor Standards (Aug 18) 52.222-42- Statement of Equivalent Rates for Federal Hires (May 14) 52.222-50 - Combating Trafficking in Persons (Jan 19) 52.222-55- Minimum Wages Under Executive Order 13658 (Dec 15) 52.222-62- Paid Sick Leave Under Executive Order 13706 (Jan 17) (E.O. 13706) 52.223-18- Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11) 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) 52.233-3-Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) 52.245-2-Government Property Installation Operation Services (Apr 12) DFARS: 252.203-7000-Requirements Relating to Compensation of Former DoD Officials (Sept 11) 252.203-7003-Agency Office of the Inspector General (Aug 2019) 252.204-7004 -Antiterrorism Awareness Training for Contractors, as prescribed in 204.7203 (Feb 19) 252.204-7012-Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 19) 252.204-7015-Notice of Authorized Disclosure of Information for Litigation Support (May 16) 252.215-7007-Notice of Intent to Resolicit (Jun 12) 252.225-7001-Buy American and Balance of Payments Program (Dec 17) 252.225-7031-Secondary Arab Boycott of Israel, as prescribed in 225.7605 252.232-7003-Electronic Submission of Payment Requests and Receiving Reports 252.232-7006-Wide Area Work Flow Payment Instructions 252.237-7010-Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000-Subcontracts for Commercial Items 252.246-7003-Notification of Potential Safety Issues 252.246-7004-Safety of Facilities, Infrastructure, and Equipment for Military Operations (Oct 10) 252.246-7008-Sources of Electronic Parts 252.247-7023-Transportation of Supplies by Sea (Feb 19) AFFARS: 5352.201-9101-Ombudsman (Oct 19) 5352.223-9001-Health and Safety on Government Installations (Oct 19) 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. Attachments: 4 FA252120QB079 Statement of Objectives, dated 24 Aug 2020 FA252120QB079 Performance Work Statement, dated 24 Aug 2020 FA252120QB079 Brand Name Justification, dated 21 Aug 2020 45 SW Badge Request Form AMENDMENT 03SEP2020 Amended RFQ due date: 11�September 2020 Amended RFQ due time: 14:00 EST Email to: �Robert J. Baker, robert.baker.58@us.af.mil ***The RFQ due date is hereby extended 7 calendar days to allow additional time for offerors to submit quotes; all other terms and conditions herein remain the same.***
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0625f0a06b074148bf96e57d75a14321/view)
 
Place of Performance
Address: Patrick AFB, FL 32925, USA
Zip Code: 32925
Country: USA
 
Record
SN05787129-F 20200905/200903230203 (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.