This amendment is to answer a question regarding this solicitation.
Combined Synopsis/Solicitation
RFQ - Datawatch Monarch
(F3T2MX7202AW01)
Purchasing Agency: 4th Contracting Squadron - 4 CONS/PKB
1570 Wright Brothers Ave. Bldg 2903
Seymour Johnson AFB, NC 27531-2459
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR 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.
This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number F3T2MX7202AW01.
This requirement is being solicited as a Total Small Business Set-Aside IAW FAR 52.219-6. The NAICS code for this requirement is 511210 with a size standard of $38.5M.
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94 Effective 19-Jan 2017. Defense Federal Acquisition Regulation DPN 20161222, Effective 22-Dec-2016. Air Force Federal Acquisition Regulation AFAC 2017-0127, Effective 27-Jan-2017.
CLIN 0001: Datawatch Monarch V13 Single User License 12 Each UNIT ______ TOTAL: _______
CLIN 0002: COM automation adds-ons for Monarch Licenses 12 Each UNIT _______ TOTAL: _______
CLIN 0003: Initial Maintenance 1 Each UNIT _______ TOTAL: _______
__________________________________________________________________________________
TOTAL AMOUNT: _______
*FOB Destination for delivery to: **DELIVERY 30 ADC
4MXG/MMA
Seymour Johnson AFB, NC 27531
Attachments:
1. Brand Name J&A
*** To be considered for award, note that the offeror must be actively registered with the US Government database System for Award Management (SAM). Vendors must be registered and/or enrolled in Wide Area Workflow (WAWF) for purpose of invoice/payment if awarded the contract. Please note WAWF is the ONLY ACCEPTABLE means of invoicing for payment and that no advance payments will be made. Vendors must provide their DUNS number, CAGE code, and confirmation of their registration in WAWF along with the quote. ***
Quotes are due to this office no later than 2:00p.m. Eastern Standard Time, 25 August 2017. Quotes must be sent via e-mail to [email protected], [email protected], [email protected].
Contracting points of contact:
A1C Timothy Fletcher, Contract Specialist, (919) 722-1727 or e-mail: [email protected]
TSgt Andrew Hostetter, Contracting Officer, (919) 722-1753 or email: [email protected]
SSgt Devin Powner, Contracting Officer, (919) 722-1766 or email: [email protected]
____________________________________________________________________________________
BASIS FOR CONTRACT AWARD:
(a) The Government intends to award a single contract resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation. The following factors shall be used to evaluate quotations:
1) Price
(b) Basis of Award: The award will be made to the vendor whose quotation represents the best value to the government on a price only basis.
The following clauses and provisions apply: The full text of the FAR, DFARS, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil
52.204-7 System for Award Management.
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
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
52.204-19 Incorporation By Reference Of Representations And Certifications
52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment
52.209-7 Information Regarding Responsibility Matters.
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations
52.209-12 Certification Regarding Tax Matters
52.212-1 Instructions to Offerors -- Commercial Items
52.212-2 Evaluation -- Commercial Items
52.212-3 Offeror Representations and Certifications -- Commercial Items.
52.212-4 Contract Terms and Conditions--Commercial Items
52.212-5 (DEV) Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Rerepresentation (Fill-in: NAICS 238290)
52.222-3 Convict Labor
52.222-21 Prohibition Of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers With Disabilities.
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Rates for Federal Hires (23210 Elevator Repairer WG-10 $22.89/hr & 23220 Elevator Repair Helper WG-5, $16.90/hr)
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts)
52.222-50 Combating Trafficking In Persons
52.222-55 Minimum Wages Under Executive Order 13658
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving
52.225-13 Restrictions On Certain Foreign Purchases
52.232-18 Availablity of Funds
52.232-33 Payment by Electronic Funds Transfer--System for Award Management
52.232-40 Providing Accelerated Payments To Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law For Breach Of Contract Claim
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
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
252.203-7005 Representation Relating to Compensation of Former DoD Officials.
252.204-7003 Control Of Government Personnel Work Product
252.204-7004 Alt A System for Award Management
252.204-7006 Billing Instructions.
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls.
252.204-7012 Safeguarding Of Unclassified Controlled Technical Information
252.204-7015 Disclosure Of Information To Litigation Support Contractors
252.217-7028 Over and Above Work
252.223-7006 Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials--Basic
252.223-7008 Prohibition Of Hexavalent Chromium
252.225-7000 Buy American--Balance of Payments Program Certificate.
252.225-7001 Buy American and Balance of Payments Program.
252.225-7002 Qualifying Country Sources as Subcontractors.
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010 Levies On Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.243-7001 Pricing Of Contract Modifications
252.244-7000 Subcontracts For Commercial Items
252.246-7000 Material Inspection And Receiving Report
252.247-7023 Transportation Of Supplies By Sea-Basic
5352.201-9101 Ombudsman
5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS)
5352.223-9001 Health and Safety on Government Installations
5352.242-9000 Contractor Access to Air Force Installations