SOLICITATION NOTICE
D -- IT Services
- Notice Date
- 5/24/2023 5:26:13 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 0413 AQ HQ CONTRACT FORT SHAFTER HI 96858-5025 USA
- ZIP Code
- 96858-5025
- Solicitation Number
- W912CN-23-R-0012
- Response Due
- 6/26/2023 12:00:00 PM
- Archive Date
- 07/11/2023
- Point of Contact
- Shirl Rivera, Phone: 8087878818
- E-Mail Address
-
shirl.m.rivera.civ@army.mil
(shirl.m.rivera.civ@army.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- 1) The Army Contracting Command, 413th Contract Support Brigade (CSB), Regional Contracting Office (RCO) Hawaii (HI) has a requirement for information technology and office automation support. This requirement is for various U.S. Army Installations on the island of Oahu and Pohakuloa Training Area (PTA) on Hawaii. 2) Background: This is a new firm-fixed price requirement. 3) Contract Set aside: This action will be a 8(a) set aside. 4) Contract Type and Period of Performance: The Government intends to award a Firm Fixed Price (FFP) Requirement contract with Period of Performance of 28 September 2023 � 27 September 2028. This acquisition will be solicited under National American Industry Classification system (NAICS) code 541519 Other Computer Related Services. The small business size standard is $34M. 5) Quotes shall be submitted electronically on the BetaSAM website or via e-mail to Contract Specialist identified below. Faxed quotes will not be accepted. Quotes must be received by the contracting office on or before the solicitation closing date and time stated under Block 8 of the SF 1449 Solicitation/Contract/Order for Commercial Items. Local time is Hawaii Standard Time (HST). It is the responsibility of the contractor to ensure quotes are received and acknowledged by the Contract Specialist on or before the closing date of June 26, 2023 at 09:00 AM. 6) No paper copies will be issued. Potential offerors are responsible for monitoring this site for release of any amendments to this solicitation. Any/all amendments will be posted and available for viewing and downloading on BetaSAM. Potential vendors are encouraged to submit questions and/or recommendations regarding the terms and conditions of the RFQ and/or associated documents. All timely submissions will be reviewed and the final RFQ may contain changes as a result of any input received. 7) All prospective vendors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. Contractors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/portal/public/SAM/. 8) Questions regarding this solicitation shall be submitted in writing via e-mail to the Contractract Specialist at shirl.m.rivera.civ@army.mil within 10 days after the day specified in Block 6 of the SF 1449. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. (ii) Competitive quotes are being requested under Request for Quote (RFQ) Number W912CN-23-R-0012. (iii) This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular FAC 2021-06, Effective: July 12, 2021 (iv) The North American Industry Classification System (NAICS) code applicable to this acquisition is 541519, Other Computer Related Services, and the small business size standard is $34 million. This procurement is a 100% Small Business 8(a) competitive. Set-Aside.� Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. (v) A list of contract line item number(s) and items, quantities, and units of measure: CLIN: 0001 QTY: 1 Description: Phase In/Mobilization, 28 Aug 20 - 27 Sep 20 Unit of Issue: Month Unit Price: ________________ Extended Price: ____________ CLIN: 0002 Description: IT & Telecommunications, IT Specialist Island of Oahu QTY: 12 Unit of Issue: Month Unit Price: ________________ Extended Price: ____________ CLIN: 0003 Description: IT & Telecommunication IT Specialist, Island of Hawaii (PTA/KMC) QTY: 12 Unit of Issue: Month Unit Price: ________________ Extended Price: ____________ CLIN: 0004 Description: IT & Telecommunications, IT Specialist, Emergency Operations Center (NTE) QTY: 20 Unit of Issue: Each Unit Price: ________________ Extended Price: ____________ CLIN: 0005 Description: Travel NTE QTY: 4 Unit of Issue: Each Unit Price: ________________ Extended Price: ____________ CLIN: 1001 Description: IT & Telecommunications, IT Specialist Island of Oahu QTY: 12 Unit of Issue: Month Unit Price: ________________ Extended Price: ____________ CLIN: 1002 Description: IT & Telecommunication IT Specialist, Island of Hawaii (PTA/KMC) QTY: 12 Unit of Issue: Month Unit Price: ________________ Extended Price: ____________ CLIN: 1003 Description: IT & Telecommunications, IT Specialist, Emergency Operations Center (NTE) QTY: 20 Unit of Issue: Each Unit Price: ________________ Extended Price: ____________ CLIN: 1004 Description: Travel NTE QTY: 4 Unit of Issue: Each Unit Price: ________________ Extended Price: ____________ CLIN: 2001 Description: IT & Telecommunications, IT Specialist Island of Oahu QTY: 12 Unit of Issue: Month Unit Price: ________________ Extended Price: ____________ CLIN: 2002 Description: IT & Telecommunication IT Specialist, Island of Hawaii (PTA/KMC) QTY: 12 Unit of Issue: Month Unit Price: ________________ Extended Price: ____________ CLIN: 2003 Description: IT & Telecommunications, IT Specialist, Emergency Operations Center (NTE) QTY: 20 Unit of Issue: Each Unit Price: ________________ Extended Price: ____________ CLIN: 2004 Description: Travel NTE QTY: 4 Unit of Issue: Each Unit Price: ________________ Extended Price: ____________ CLIN: 3001 Description: IT & Telecommunications, IT Specialist Island of Oahu QTY: 12 Unit of Issue: Month Unit Price: ________________ Extended Price: ____________ CLIN: 3002 Description: IT & Telecommunication IT Specialist, Island of Hawaii (PTA/KMC) QTY: 12 Unit of Issue: Month Unit Price: ________________ Extended Price: ____________ CLIN: 3003 Description: IT & Telecommunications, IT Specialist, Emergency Operations Center (NTE) QTY: 20 Unit of Issue: Each Unit Price: ________________ Extended Price: ____________ CLIN: 3004 Description: Travel NTE QTY: 4 Unit of Issue: Each Unit Price: ________________ Extended Price: ____________ CLIN: 4001 Description: IT & Telecommunications, IT Specialist Island of Oahu QTY: 12 Unit of Issue: Month Unit Price: ________________ Extended Price: ____________ CLIN: 4002 Description: IT & Telecommunication IT Specialist, Island of Hawaii (PTA/KMC) QTY: 12 Unit of Issue: Month Unit Price: ________________ Extended Price: ____________ CLIN: 4003 Description: IT & Telecommunications, IT Specialist, Emergency Operations Center (NTE) QTY: 20 Unit of Issue: Each Unit Price: ________________ Extended Price: ____________ CLIN: 4004 Description: Travel NTE QTY: 4 Unit of Issue: Each Unit Price: ________________ Extended Price: ____________ (vi) Description OF REQUIREMENTS: Information Technology Automation Management Support Services United States Army Garrison-Hawaii (USAG-HI). EXTENDED DESCRIPTION: Contractor shall provide System Support Specialists and transportation for delivery of AMSS to USAG-HI including, but not limited to, locations on SB, WAAF, FS, HMR, AMR, TAMC on Oahu and PTA and KMC on Hawaii. Services will be provided for approximately 1500 personnel and shall be focused on multiple areas: Help Desk Operation, Touch Service, Mobile Device, Webmaster/SharePoint Administration, Database Administration, Knowledge Management, Fingerprint Systems, Specialty programs such as Transition Assistance Program, Video Teleconferencing and Virtual meetings. Services will be provided in accordance with (IAW) USARPAC Directive 0001, subject: �Information Assurance (IA) and Computer Network Defense (CND) of the Pacific LandWarNet in the United States Army Pacific (USARPAC / United States Army Installation Management Command (IMCOM) / United States Army Garrison, Hawaii (USAG-HI) and other applicable DoD IT-related rules, regulations and policies. For help desk and end user support, there is an average of 700 to 800 tickets monthly. During peak-periods, the help desk and end user support monthly tickets increase by 300 to 350 tickets. For webmaster and database tickets, there is an average of sixty (60) tickets monthly. For video teleconference and audio/visual support, there is an average of twenty-four (24) tickets monthly. For knowledge management and SharePoint administration, there is an average of 175 tickets monthly. All tasking shall be performed in accordance with the attached PWS. To be considered acceptable and eligible for award, quotes must provide a complete quote including all of the items and services in accordance with the attached PWS.� The Government will not consider quotes or offers for partial items or quantities. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: The expected Period of Performance for this effort is: Sep 28, 2023 to Sep 27, 2024 plus four option years. The place of performance for the effort is: Wheeler Army Air Field (WAAF) Fort Shafter (FS) Helemano Military Reservation (HMR) Aliamanu Military Reservation (AMR) Tripler Army Medical Center (TAMC) on Oahu, PTA, and KMC on Hawaii (viii) OFFEROR INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors � Commercial Items (JUL 2021), applies to this acquisition.� The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government as defined in the �Evaluation Factors for Award� Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is �None� or �Not applicable,� explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: General Information: Offeror Business Name, Address, Cage, and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contact (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. Technical Documentation: Technical Approach or Specifications: Quote must address technical capability. Technical capability will be determined by the contractor having the capability of providing qualified employees. The contractor must provide/confirm/verify that the minimum requirements are met for the following: Contract personnel shall be required to maintain a SECRET clearance. Contract Personnel must have at least one (1) year of verifiable related job experience for the functions listed in paragraphs 3.2.0. to 3.5.5 of PWS. Contract personnel shall be Security Plus certified within sixty (60) days of contract award. Contract Personnel shall ensure that all users have completed an Army IT User Agreement and annual Cyber Awareness Training. Contract personnel shall have the ability to lift/carry up to fifty (50) pounds. Price Quote: Submit complete pricing for each CLIN listed in the �description of requirements� Section above to include the unit price and the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. Commercial Warranty: Provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. (ix) Evaluation Factors for Award: The specific evaluation criteria included are technical and price as defined below: Factor I � Technical: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as defined in paragraph 2 above.� Factor II � Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, handling, and installation costs to the shipping address listed above as outlined in paragraph 3 above. **Basis for Award: The Government intends to award a firm fixed price contract resulting from competitive quotes received in response to this solicitation. The quote will be evaluated for a fair and reasonable price. The award decision will be based on the lowest priced technically acceptable offeror meeting solicitation requirements, such as terms and conditions, salient characteristics, representations, and certifications in order to be eligible for award.� The vendor must be registered in the System for Award Management (SAM). The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. (x) Offerors must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JULY 2021), applies to this acquisition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations. The following additional FAR clauses and provisions are applicable to this acquisition: 52.203-3, Gratuities (APR 1984) 52.203-12 Limitation on Payments To Influence Certain Federal Transactions (JUN 2020) 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (JUN 2020) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements of Statements 52.204-7 System for Award Management (OCT 2016) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13 System for Award Management Maintenance (OCT 2016) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) 52.204-26 Covered Telecommunications Equipment or Services-Representation. 52.217-5 Evaluation of Options (JUL 1990) 52.219-28, Post Award Small Business Program Representation 52.222-26, Equal Opportunity (Sep 2016) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.228-5 Insurance � Work On A Government Installation. 52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Jul 2013) 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation (APR 1984) 52.245-1 Government Property 52.245-9 Use And Charges (APR 2012) 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services (NOV 2021) 52.212-2 Evaluation�Commercial Products and Commercial Services (NOV 2021) 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services--Alternate I 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services--Alternate I 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services 52.217-8 Option To Extend Services 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-5 Authorized Deviations In Provisions 52.252-6 Authorized Deviations in Clauses The following additional DFARS clauses cited in the clause are applicable to the acquisition: 252.201-7000 Contracting Officer�s Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7000 Disclosure Of Information 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7004 Antiterrorism Awareness Training for Contractors 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (JAN 2023) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (JAN 2023) 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors (JAN 2023) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation (DEC 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (MAY 2021) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021) 252.219-7010 Notification of Competition Limited to Eligible 8(a) Participants�Partnership Agreement 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. (JAN 2023) 252.204-7024 Notice on the use of the Supplier Performance Risk System (MAR 2023) 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991) 252.211-7003 Item Unique Identification and Valuation (JAN 2023) 252.211-7007 Reporting of Government-Furnished Property (AUG 2012) 252.219-7009 Section 8(a) Direct Award (OCT 2018) 252.219-7010 Notification of Competition Limited to Eligible 8(a) Participants�Partnership Agreement (OCT 2019) 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials�Basic (SEP 2014) 252.223-7008 Prohibition of Hexavalent Chromium (June 2013) 252.225-7012 Preference for Certain Domestic Commodities (APR 2022) 252.225-7061 Restriction on the Acquisition of Personal Protective Equipment and Certain Other Items from Non-Allied Foreign Nations (JAN 2023) 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (JAN 2023) 252.227-7013 Rights In Technical Data�Other Than Commercial Products or Commercial Services (MAR 2023) 252.227-7015 Technical Data�Commercial Products and Commercial Services (MAR 2023) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work-Flow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.246-7008 � Sources of Electronic Parts (xiii) There are no additional contract requirement(s) or terms and conditions necessary for this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement. (xv) DUE DATE AND SUBMISSION INFORMATION Formatting Requirements: Submit quotes in electronic PDF or Excel format Questions Due Date and Submission Requirements: All questions must be received before June 2, 2023 @1800 HRS. Pacific Standard Time. Questions must be e-mailed to shirl.m.rivera.civ@army.mil. Include RFQ# W912CN-23-R-0012 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on June 26,�2023 @ 0900 HRS Pacific Standard Time. � (xvi) Government RFQ Point of Contract: The point of contact for this solicitation is Contract Specialist Shirl Rivera shirl.m.rivera.civ@army.mil Reference RFQ# W912CN-23-R-0012 on all email exchanges regarding this acquisition.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e3a9e157480e4b239b479812874d223a/view)
- Place of Performance
- Address: Schofield Barracks, HI 96857, USA
- Zip Code: 96857
- Country: USA
- Zip Code: 96857
- Record
- SN06692782-F 20230526/230524230113 (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 |