Federal Bid

Last Updated on 30 Jul 2019 at 2 PM
Combined Synopsis/Solicitation
Mountain home air force base Idaho

eCitation System

Solicitation ID FA489719QA0113
Posted Date 30 Jul 2019 at 2 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa4897 366 Fas Pkp
Agency Department Of Defense
Location Mountain home air force base Idaho United states 83648
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.

The Request for Quotation (RFQ) number FA489719Q0113 shall be used to reference any written quote provided under this RFQ.

The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01; Effective 20 December 2018.

This procurement is being solicited as a sole source requirement.

The North American Industry Classification System (NAICS) code for this project is 511210 with a size standard of $38.5 Million._______.

The purpose of this combined synopsis and solicitations for the purchase and delivery of Brazos eCitation software and hardware in accordance with the attached Performance Work Statement (PWS).

When submitting your quotation, structure your Contract Line Item Numbers (CLINs) to the following format:

Item Description Qty Unit Unit Price Total Amount
CLIN 0001 eCitation System 1 EA

Ship to address: 366 MSS/DPF, BLDG 180
575 Gunfigher Avenue
Mountain Home AFB, ID 83648

*FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018) applies to this acquisition and the following addendum applies:

Paragraph (a) The NAICS code and small business size standard for this acquisition appear above.

Paragraph (b) Submit signed and dated offers to the point of contact listed below at or before the exact time specified in this solicitation.

Paragraph (c) The vendor agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes.

RFQ due date: _One (1) days after issuance of this solicitation.
RFQ due time: 10:00 A.M. MST

THIS MUST BE SENT TO [email protected] AS STATED BELOW, ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE. YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT.

Note: .zip files are not an acceptable format for the Air Force Network and will not go through our email system.

All questions regarding this RFQ must be emailed to [email protected] by 2:00 P.M. MST on the day of the issuance to this solicitation.

Please provide the following information with your quote:

Company Name: ____________
DUNS Number: ____________
Cage Code: _______________
*Number of Employees_____________
*Total Yearly Revenue_______________
*Information required determining size of business for the NAICS referenced above

Estimated Delivery Time: ____________
Payment Terms: _________________________
Warranty: ________________
FOB (Select): ____ Destination _____ Origin

Note: shipping costs (if any) must be included within your quote.

All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award.

FAR 52.212-1 ADDENDA:
Offeror shall provide specific items listed within the attached PWS. Award shall be made based on the awardability of offeror's quotation. In accordance with Department of Defense Federal Acquisition Regulation Supplement (DFARS) section 212.209, supplemental information shall be submitted with your quotation to assist the Contracting Officer with determination of the reasonableness of your quotation. Please reference this DFARS section for examples (not all inclusive) of supplemental information.

For either the site visit (if required) or submission of quotes, all personnel requesting access to Mountain Home Air Force Base must possess a valid State or Government picture identification card. Furthermore, individuals presenting identification cards from a state that is non-compliant with the REAL ID Act will require additional documentation to gain unescorted base access. Additional documentation include a valid U.S. or foreign government issued passport, an employment authorization document that contains a photograph, or identification cards issued by federal, state or local government agencies that include a photo and biographic information. A full list of REAL ID Act compliant and non-complaint states can be found at https://www.dhs.gov/current-status-states-territories. Personnel requesting vehicle access to Mountain Home Air Force Base must provide a valid driver's license, current vehicle registration, and valid vehicle insurance.

FAR Provision *52.212-2, Evaluation -- Commercial Items (Oct 14), applies to this acquisition and the following evaluation is applicable:
(a) The Government will award a contract resulting from this RFQ to the responsible vendor whose quote conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:
Your quotation shall be evaluated referencing any or all of the supplemental information requested in accordance with DFARS section 212.209 to determine awardability of your quotation. Should your quotation be deemed fair and reasonable, award shall be made accordingly.
(End of Provision)
52.225-18 - Place of Manufacture (Mar 2015)
(a) Definitions. As used in this clause-
"Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except-
(1) FSC 5510, Lumber and Related Basic Wood Materials;
(2) Federal Supply Group (FSG) 87, Agricultural Supplies;
(3) FSG 88, Live Animals;
(4) FSG 89, Food and Related Consumables;
(5) FSC 9410, Crude Grades of Plant Materials;
(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;
(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;
(8) FSC 9610, Ores;
(9) FSC 9620, Minerals, Natural and Synthetic; and
(10) FSC 9630, Additive Metal Materials.
"Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.
(b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-
(1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or
(2) [ ] Outside the United States.
(End of provision)
Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest.
Include descriptive literature such as illustrations and drawings.

FAR Provision *52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 17), with its Alternate I (Oct 14), applies to this acquisition. All vendors must be registered in System for Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal.

FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 17), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: 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 changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government.

Note: The vendor acknowledges that should the quote terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract.

FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 18), additionally, the following FAR clauses cited in 52.212-5 are applicable:

52.203-19 Pprohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018).
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
52.233-3 Protest After Award (Aug 1996).
52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004).
52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note).
52.222-3 Convict Labor (June 2003) (E.O. 11755).
52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).
52.222-21 Prohibition of Segregated Facilities (Apr 2015).
52.222-26 Equal Opportunity (Sep 2016) (E.O. 11246).
___ (ii) Alternate I (Feb 1999) of 52.222-26.
52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
___ (ii) Alternate I (July 2014) of 52.222-36.
52.222-50 Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
52.222-54 Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)
52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)
___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).
___ (ii) Alternate I (Apr 2003) of 52.247-64.
___ (iii) Alternate II (Feb 2006) of 52.247-64.
52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67).

(End of Clause)

The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices:

52.204-7 System for Award Management (Oct 2018)
52.204-13 System for Award Management Maintenance (Oct 2018)
52.204-16 Commercial and Government Entity Code Reporting (Jul 2016)
52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

The following DFARS Clauses are applicable to this solicitation:

252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)
252.203-7002 Requirements to Inform Employees of Whistleblower Rights (Sep 2013)
252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011)
252.204-7003 Control of Government Personnel Work Product (Apr 1992)
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016)
252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Jan 2018)
252.232-7003 Electronic Submission of Payment Requests (Jun 2012)
252.232-7006 Wide Area Workflow Payment Instructions (May 2013)
252.232-7010 Levies on Contract Payments (Dec 2006)
252.243-7001 Pricing on Contract Modifications (Dec 1991)
252.244-7000 Subcontracts for Commercial Items (Jun 2013)
252.247-7023 Transportation of Supplies by Sea-Basic (Apr 2014)

The following AFFARS clauses are applicable to this solicitation:
5352.201-9101 Ombudsman (Jun 2016)
5352.223-9001 Health and Safety on Government Installations (Nov 2012)
5352.242-9000 Contractor Access to Air Force Installations (Nov 2012)

The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. NOTE: ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE.

Attachments:
PWS

Bid Protests Not Available

Similar Past Bids

Mountain home air force base Idaho 23 Apr 2019 at 3 PM
Mountain home air force base Idaho 06 Jul 2021 at 4 PM
California 03 Sep 2021 at 4 AM
California 04 Aug 2021 at 4 AM
Location Unknown 23 Aug 2019 at 2 PM

Similar Opportunities

White sands missile range New mexico 16 Jul 2025 at 7 PM
White sands missile range New mexico 16 Jul 2025 at 7 PM
White sands missile range New mexico 16 Jul 2025 at 7 PM
Pennsylvania 24 Jul 2025 at 4 AM (estimated)
Pennsylvania 24 Jul 2025 at 4 AM (estimated)