Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2020 SAM #6861
SOLICITATION NOTICE

U -- Cloud-Based Microsoft Course Training Labs

Notice Date
9/9/2020 8:42:51 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611420 — Computer Training
 
Contracting Office
FOREIGN SERVICE INSTITUTE WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
19FS1A20Q5001
 
Response Due
9/15/2020 1:00:00 PM
 
Archive Date
09/30/2020
 
Point of Contact
Eric Modrak
 
E-Mail Address
ModrakER@state.gov
(ModrakER@state.gov)
 
Description
(2) Date. 09/09 (3) Year. 2020 (4) Contracting Office ZIP Code. 22204 (5) Product or Service Code. U012 (6) Contracting Office Address. 4000 Arlington Blvd., Arlington, VA (7) Subject. Cloud Based Microsoft Course Training Labs (8) Proposed Solicitation Number. 19FS1A20Q5001 (9) Closing Response Date. September 15, 2020 4:00PM EST (10) Contact Point or Contracting Officer. Eric Modrak, Contracting Officer (11) Contract Award and Solicitation Number. 19FS1A20Q5001 (12) Contract Award Dollar Amount. Purchase order with ceiling value of $150,000 (13) Line Item Number. N/A (14) Contract Award Date. N/A (15) Contractor. N/A (16) Description. 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; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is 19FS1A20Q5001.� The solicitation is issued as an RFQ under FAR Part 12 utilizing policies and procedures from FAR Part 13.� The government intends to award 1 purchase order as a result of this solicitation.� (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Current through 20200701 (FR DOC 2020-13862) (iv) This requirement is unrestricted and is not subject to a set-aside.� NAICS code 611420 will be used.� (v) A list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable). Line 20410: Installing and Configuring Windows Server� 2012 - FSI Course Code YW456 20411: Administering Windows Server� 2012 - FSI Course Code YW456 20345-1: Administering Microsoft Exchange Server 2016/2019 - FSI Course Code YW440 MD-100T00: Windows 10 - FSI Course Code YW410 10961C: Automating Administration with Windows PowerShell � FSI Course Code YW411 **If possible, the Dept. of State prefers uniform pricing for all 5 lab varieties** The total value ceiling value of the contemplated purchase order award shall not exceed $150,000 for an anticipated 1-year period of performance (September 2020-September 2021). The government plans to add additional quantities of labs at the established lab prices as needed throughout contract performance. See (vii) (vi) Description of requirements for the items to be acquired. Please review the Performance Work statement (Attachment 1) attached to this requirement. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. Purchase order will be for a one-year period, but purchase order will include 52.217-8 Option to Extend Services.� Payment will be made based on actual lab usage and can be invoiced monthly.� Lab usage will be determined by student enrollments.� The government does not guarantee that the full funded quantity of labs will be used, however listed quantities on the line items are good faith estimates based on previous usage and upcoming course schedules.� The listed quantities represent 75% of the government�s estimated annual need for these labs. �� (viii) The provision 52.212-1 Instructions to Offerors---Commercial Items applies to this acquisition.� The provision includes an addenda as follows: The provision is tailored as follows: (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. (e) Multiple offers will not be accepted. One solution/response to satisfy the requirements in the solicitation by the solicitation closing date is requested. (ix) The provision 52.212-2 Evaluation�Commercial Items is included.� Please see the 52.212-2 Evaluation Factors document (Attachment 2) attached to this combined solicitation synopsis for the specific evaluation criteria that are applicable.� This is a lowest price technically acceptable procurement and award will be made to the vendor that offers that lowest evaluated price while meeting all technical evaluation requirements. (x) Offerors shall include a completed copy of the provision at 52.212-3 Offer Representations and Certification---Commercial Items with their offer. � (xi) The clause 52.212-4 Contract Terms and Conditions�Commercial Items applies to this acquisition.� The clause includes an addenda as follows: The clause 52.212-4 Contract Terms and Conditions--Commercial Items is tailored in the following manner: (c) Changes Unilateral within scope change orders (including de-obligations of unliquidated funding after the end of performance) are permitted per the terms of 52.243-3: (a) The Contracting Officer may at any time, by written order, and without notice to the sureties, if any, make changes within the general scope of this contract in any one or more of the following: (1) Description of services to be performed. (2) Time of performance (i.e., hours of the day, days of the week, etc.). (3) Place of performance of the services. (4) Drawings, designs, or specifications when the supplies to be furnished are to be specially manufactured for the Government in accordance with the drawings, designs, or specifications. (5) Method of shipment or packing of supplies. (6) Place of delivery. (7) Amount of Government-furnished property. (b) If any change causes an increase or decrease in any hourly rate, the ceiling price, or the time required for performance of any part of the work under this contract, whether or not changed by the order, or otherwise affects any other terms and conditions of this contract, the Contracting Officer will make an equitable adjustment in any one or more of the following and will modify the contract accordingly: (1) Ceiling price. (2) Hourly rates. (3) Delivery schedule. (4) Other affected terms. (c) The Contractor shall assert its right to an adjustment under this clause within 30 days from the date of receipt of the written order. However, if the Contracting Officer decides that the facts justify it, the Contracting Officer may receive and act upon a proposal submitted before final payment of the contract. (d) Failure to agree to any adjustment will be a dispute under the Disputes clause. However, nothing in this clause excuses the Contractor from proceeding with the contract as changed. (End of clause) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition. Additionally, the following FAR clauses included within the 52.212-5 clause apply to this acquisition. 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25 Prohibition on Contracting for Certain Telecommunications 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 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contracting Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer�System for Award Management 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contracting Claim � (xiii) Additional contract requirement(s) or terms and conditions The full text of all Federal Acquisition Regulation (FAR) provisions and clauses incorporated by reference can be found here: https://acquisition.gov/browsefar The full text of all Department of State Acquisition Regulation (DOSAR) provisions and clauses incorporated by reference can be found here: https://www.acquisition.gov/dosar In addition to clauses under FAR 52.212-5, the following FAR provisions and clauses are also incorporated by reference: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.204-7 System for Award Management 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 52.204-21 Basic Safeguarding of Covered Contractor Information System 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.217-8 Option to Extend Services In addition to clauses found in the FAR, the following agency DOSAR provisions and clauses are incorporated by reference: 652.206-70 Advocate for the Competition/Ombudsman 652.225-70 Arab League Boycott of Israel 652.225-71 Section 8(a) of the Export Admin Act of 1979, As Amended 652.232-72 Limitation of Funds 652.242-70 Contracting Officer�s Representative Section G: INV-IPP ����� (a)� Definitions.� As used in these instructions (1)�Payment request� means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation.� The payment request must comply with the requirements identified in FAR 32.905(b), �Payment documentation and process� and the applicable Payment clause included in this contract. ����������� (b)� Except as provided in paragraph (c) of these instructions, the Contractor shall submit payment requests electronically using the Invoice Processing Platform (IPP) at www.ipp.gov.� Information regarding IPP is available on the Internet at www.ipp.gov.� Assistance with the IPP application can be obtained by contacting the IPP Production Helpdesk via email IPPCustomerSupport@fiscal.treasury.gov or phone (866)973-3131. The Contractor shall ensure that its supporting documentation conforms to IPP requirements.� IPP accommodates up to 25 supporting attachments per invoice, individual attachment file size may not exceed ten megabytes (10mb).� If the Contractor assesses that their supporting documentation will not reasonably conform to IPP requirements, the Contractor shall contact the Contracting Officer to explore possible alternatives.� ����������� (c) The Contractor may submit payment requests using other than IPP only when the Contracting Officer authorizes alternate procedures in writing. ����������� (d)� If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer�s written authorization with each payment request. [End of instructions] (xiv) A statement regarding the Defense Priorities and Allocations System (DPAS) and assigned rating, if applicable. N/A (xv) The date, time and place offers are due. Quotes are due via email on September 15, 2020 at 4PM Eastern Standard Time.� Quotes shall only be submitted electronically via email to ModrakER@state.gov.� Quoting firms should submit one document that addresses all technical evaluation factors as well as price quotes. Quotes shall not exceed 5 pages. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation. The point of contact for this solicitation is Contracting Officer Eric Modrak. ModrakER@state.gov.� Please contact via email and not telephone. (17) Place of Contract Performance. N/A web-based services.� Government POCs will work from 4000 Arlington Blvd., Arlington, VA, 22204 and remotely as needed.� (18) Set-aside Status. This requirement is full and open and not subject to a small business set aside.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8ab47bc48e4246028f634591f0af19a8/view)
 
Place of Performance
Address: Arlington, VA 22204, USA
Zip Code: 22204
Country: USA
 
Record
SN05791370-F 20200911/200909230144 (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.