Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 29, 2022 SAM #7638
SOLICITATION NOTICE

70 -- 7A--NP23-022 Predictive Index Subscriptions

Notice Date
10/27/2022 7:01:27 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
 
ZIP Code
40121-5000
 
Solicitation Number
NP23-022
 
Response Due
10/28/2022 10:00:00 AM
 
Archive Date
04/26/2023
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT NOTICE: 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. The solicitation number is NP23-022 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $38.50M. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2022-10-28 13:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be FORT KNOX, KY 40122 The MICC Fort Knox requires the following items, Brand Name Only (Exact Match), to the following: LI 001: CLIN 1:� Predictive Index Hire Subscription Plan Access to PI Hire software.� (Up to 2000 Employees) Module Tiers: 2000 Employees Annual Subscription with unlimited users, 24/7 customer support, permission administration & privacy assurance, product onboarding & in-software education, expert network of talent optimization consultants. See Technical Specifications attachment for full details., 1, EA; LI 002: CLIN2: Predictive Index Inspire Subscription Plan Access to PI Inspire software and unlimited assessments.� (Up to 2000 Employees) Module Tiers: 2000 Employees Annual Subscription with unlimited users, 24/7 customer support, permission administration & privacy assurance, product onboarding & in-software education, expert network of talent optimization consultants. See Technical Specifications attachment for full details., 1, EA; LI 003: CLIN3: �Predictive Index Design Subscription Plan Access to PI Design software.� (Up to 50 Teams) Module Tiers: 50 Teams Annual Subscription with unlimited users, 24/7 customer support, permission administration & privacy assurance, product onboarding & in-software education, expert network of talent optimization consultants. See Technical Specifications attachment for full details., 1, EA; LI 004: CLIN 4: Predictive Index Diagnose Subscription Plan Access to PI Diagnose software (Up to 2000 Employees) Module Tiers: 2000 Employees Annual Subscription with unlimited users, 24/7 customer support, permission administration & privacy assurance, product onboarding & in-software education, expert network of talent optimization consultants. See Technical Specifications attachment for full details., 1, EA; LI 005: CLIN 5: Predictive Index Workshop Inspire People to Perform Virtual Workshop: Five 90-minute online sessions, including digital learning, live presentations, and digital assignments to create an immersive, robust learning experience. Up to 125 Attendees. All expenses shall be included in this CLIN to complete the task. See Technical Specifications attachment for full details., 1, EA; LI 006: CLIN 6: Predicitive Index Training Hire the Right Talent: One day in-person session that explains how to understand PI people data, and how to implement it in your hiring process. Training will be conducted at Ft. Knox, KY. Specific location details will be provided upon award of purchase order. Up to 125 Attendees. All expenses shall be included in this CLIN to complete the task. See Technical Specifications attachment for full details. Training will be conducted during working days, One day in person, total 8 hours, Monday through Friday and date to be determined., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Knox intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Knox is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFARS: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. New equipment ONLY, NO remanufactured or used products. No ""GREY"" market items. FOB Destination CONUS (CONtinental U.S.) Bid MUST be good for 30 calendar days after submission No partial shipments unless otherwise specified at time of order 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. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM ) site at https://www.sam.gov/portal/public/SAM /within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL 52.204-7-System for Award Management 52.212-1-Instructions to Offerors 52.212-3 (ALT I)-Reps & Certs 52.222-22-Previous Contracts and Compliance Reports 52.222-25-Affirmative Action Compliance 52.225-25-Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps & Certs 52.252-1-Provisions by Reference 252.203-7005-Representation Relating to Compensation of Former DoD Officials 252.225-7000-Buy American Statute--Balance of Payments Program Certificate 52.204-13-System for Award Management Maintenance 52.212-4-Contract Terms & Conditions 52.212-5-Contract Terms & Conditions 52.219-6-Notice of SB Set-Aside 52.232-18-Availability of Funds 52.232-39-Unenforceability of Unauthorized Obligations 52.232-40-Providing Accelerated Payments to Small Business Subcontractors 52.252-2-Clauses by Reference 252.203-7000-Requirements Relating to Compensation of Former DoD Officials 252.203-7002-Requirement to Inform Employees of Whistleblower Rights 252.204-7003-Control of Government Personnel Work Product 252.204-7004 Alt A-System for Awards Management 252.204-7012-Safeguarding of Unclassified Controlled Technical Information 252.211-7003-Item Identification & Valuation 252.225-7001-Buy American and Balance of Payments Program 252.225-7002-Qualifying Country Sources for Subcontractors 252.232-7003-Electronic Invoicing 252.232-7006-Wide Area Workflow Payment Instructions 252.232-7010-Levies on Contract Payments 252.244-7000-Subcontracts for Commercial Items 252.247-7023-Transportation of Supplies by Sea 5152.233-4000-AMC Level Protest Program 52.204-7-System for Award Management 52.212-1-Instructions to Offerors 52.212-3 (ALT I)-Reps & Certs 52.222-22-Previous Contracts and Compliance Reports 52.222-25-Affirmative Action Compliance 52.225-25-Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps & Certs 52.252-1-Provisions by Reference 252.203-7005-Representation Relating to Compensation of Former DoD Officials 252.204-7004-Alternate A, System for Award Management 252.209-7002-Disclosure of Ownership or Control by a Foreign Gov't 252.209-7993-Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law - Fiscal Year 2014 Appropriations 52.204-9-Personal Identity Verification of Contractor Personnel 52.204-13-System for Award Management Maintenance 52.212-4-Contract Terms & Conditions 52.212-5-Contract Terms & Conditions 52.219-6-Total SB Set-Aside 52.222-99 (DEV)-Establishing a Minimum Wage for Contractors 52.222-41-Service Contract Act of 1965, as Amended 52.232-39-Unenforceability of Unauthorized Obligations 52.232-40-Providing Accelerated Payments to Small Business Subcontractors 52.237-2-Protection of Government Buildings, Equipment and Vegetation 52.252-2-Clauses by Reference 252.203-7000-Requirements Relating to Compensation of Former DoD Officials 252.203-7002-Requirement to Inform Employees of Whistleblower Rights 252.204-7003-Control of Government Personnel Work Product 252.204-7004 Alt A-System for Awards Management 252.204-7005-Oral Attestation of Security Responsibilities 252.204-7012-Safeguarding of Unclassified Controlled Technical Information 252.232-70030-Electronic Invoicing 252.232-7006-Wide Area Workflow Instructions 252.232-7010-Levies on Contract Payments 252.246-7004-Safety of Facilities, Infrastructure and Equipment for Military Operations 252.247-7023-Transportation of Supplies by Sea 5152.233-4000-HQ AMC Level Protest Program Award will be made in the aggregate to the lowest priced, responsive, responsible offeror. Failure to submit a price on all items will render the quote non-responsive. The Buy American Certificate, when attached, must be completed and faxed to 502-624-7165 before the end date and time of this solicitation. Digital copies of the certificate may be emailed to MarketplaceSupport@unisonglobal.com.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/efa3ef042445456a9e1cd62a5055332c/view)
 
Place of Performance
Address: 1600 SPEARHEAD DIVISIONS AVE BLDG 6434-4, FORT KNOX, KY 40122-5101, USA
Zip Code: 40122-5101
Country: USA
 
Record
SN06504601-F 20221029/221027230108 (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.