Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2025 SAM #8471
SOLICITATION NOTICE

D -- MWRO - CIS CAD Support and Maintenace contract

Notice Date
2/3/2025 11:54:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
 
ZIP Code
68102
 
Solicitation Number
140P6025Q0006
 
Response Due
2/12/2025 9:00:00 AM
 
Archive Date
02/27/2025
 
Point of Contact
Kircher, Adam, Phone: 4026611606
 
E-Mail Address
adam_kircher@nps.gov
(adam_kircher@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
MWRO - CIS CAD Support and maintenance - 140P6025Q0006 (i) 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 National Park service is issuing this request for quote (RFQ) 140P6025Q0006, for the performance of CIS CAD Support and maintenance for the Mid-West Region, in accordance with the provided Scope of Work (SOW). All responsible sources may submit a quote that shall be considered by the agency. The Solicitation Number is 140P6025Q0006 and is issued as a Request for Quotation (RFQ) under Part 13 Simplified Acquisitions. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03. The FAC is available at https://www.acquisition.gov/FAR. (iv) This requirement has been set aside as a Total Small Business set aside in accordance with FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020), under NAICS Code 541511 - Custom Computer Programming Services with a small business size standard of $34.0 M. (v) Line items: 10: JB - CIS CAD Support Service for maintenance and support, Base Year, 03/01/2025 - 02/28/2026. 20: JB - CIS CAD Support Service for maintenance and support, Option Year 1, 03/01/2026 - 02/28/2027. 30: JB - CIS CAD Support Service for maintenance and support, Option Year 2, 03/012027 - 02/29/2028. (vi) The acquisition is for the CIS CAD Software Maintenance and Support. Product and services offered to the Government under this purchase shall meet or exceed the requested items in accordance with the attached scope of work (SOW). Interested Parties shall submit quotes to Adam Kircher via email at adam_kircher@nps.gov. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Period of Performance: Base Year, 03/01/2025 - 02/28/2026, Option Year 1, 03/01/2026 - 02/28/2027, Option Year 2, 03/012027 - 02/29/2028. Location: NPS, MWR, MWRO, Info Tech, 601 Riverfront Drive, Omaha NE 68102 (viii) The provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition (See ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) in the terms and conditions) Any questions pertaining to this solicitation must be sent via email to adam_kircher@nps.gov on or before Feb 7, 2025, at 11:00 AM CST. All questions will be answered in an Amendment to this solicitation and posted on or about Feb 10, 2025. (ix) 52.212-2, Evaluation-Commercial Products and Commercial Services 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: (i) Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at Far 13.106-2 will be used. The Government intends to select for award the one responsible quote which conforms to the requirements of the solicitation, proposes a price that is fair and reasonable, and provides the Lowest Priced, Technically Acceptable (LPTA) quote meeting the specifications of the requirement. A firm-fixed price award will be made based on lowest price technically acceptable. In determining lowest price technically acceptable, the following non-cost factors will be considered: (1) Provide certification as an authorized reseller of CIS CAD support. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. (xi) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: FAR 52.212-4 (c) Changes. 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 paying office, appropriation data, etc., which may be changed unilaterally by the Government. (xii) All Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-17, 52.204-27, 52.204-28, 52.204-30, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.225-1, 52.225-3, 52.225-13, 52.232-34, 52.240-1 and the following clauses in paragraph (c) 52.222-41, 52.222-42, 52.222-55, 52.222-62, The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. (xiii) The Contractor shall comply with the attached terms and conditions applicable to acquisitions of commercial items. Offerors are to see the complete solicitation package for full terms and conditions and attachments. Attachments included: 1. Scope of Work 2. Brand Name Justification 3. SF-18 (Terms and Conditions) (xiv) N/A (xv) All offers must be submitted by the due date in order to be considered. Quotes are due on or before Feb 12, 2025, at 11:00 AM CST. Quotes shall be submitted electronically to adam_kircher@nps.gov (xvi) Contract Administration Data Adam Kircher Contracting Officer DOI, National Park Service - Contracting Operation Central (ConOps-Central) Major Acquisition Buying Office - MWRO Phone: 402-800-8120 Email: adam_kircher@nps.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f5241f6bb6404844b4ee09287cf7b88a/view)
 
Record
SN07330553-F 20250205/250203230044 (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.