Forge Tactical Kit
GENERAL STATMENT: This is a combined synopsis/solicitation for commercial items issued by the 23d Contracting Squadron, Moody AFB, Georgia. This announcement constitutes the only solicitation being is... GENERAL STATMENT: This is a combined synopsis/solicitation for commercial items issued by the 23d Contracting Squadron, Moody AFB, Georgia. This announcement constitutes the only solicitation being issued for the requirement described herein. SOLICITATION INFORMATION Solicitation Number: FA483019Q0014 [X] Request for Quotation (RFQ) [ ] Request for Proposal (RFP) [ ] Invitation for Bid (IFB) REGULATION IDENTIFICATION: This solicitation and the incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 Effective 06 November 2017. NOTICE OF SMALL BUSINESS SET-ASIDE: Set-aside Type Small Business NAICS Size Standard 541519 LISTING/DESCRIPTION OF ITEMS: CLIN # DESCRIPTION QTY UNIT 0001 CLIN 0001 Forge, (by Sofware LLC.) Tactical Assessment and Selection Kit (TASK) (Or Equal) * Equivalent items submitted must meet listed characteristics or specifications in each items individual description. -10 Tablets with Android O/S, rugged case, attachable Bluetooth keyboard, WiFi (non-cellular). -1 Laptop capable of running Assessment and selection software. -1 Router capable of connecting tablets with host laptop, extended range required. -System must operate 'stand-alone' and will not connect to AFNET. -Hard case to facilitate packing/shipping/storage of all components. -The system must be delivered in an FOC state within 30 days of contract award. 1 Ea 0002 Forge, (by Sofware LLC.) Assessment and Selection Software (Or Equal) * Equivalent items submitted must meet listed characteristics or specifications in each items individual description. -Must be web based with ability to use offline. -Capable of supporting candidates throughout training pipeline. -Software product requires minimum five-years of previous use within Air Force Special Operation community and within other SOF components. -The software application must be able to assess an attribute and associated statistics, or characteristics of sub-attributes/characteristics/statistics related to the main attribute assessed. -The software application must allow for weighting of attributes. -The software application must allow for and track user added and user modified attributes or characteristics. -The software application must provide archive and retrieval capabilities. -The system must be delivered in an FOC state within 3 weeks of contract award. -License for software must not expire. -Must offer annual updates, product support, and product customization support at additional annual cost provided by developer meeting requirements in CLIN# 003. The software should be a web-based-application that supports AAA in assessing, selecting, developing, and mentoring their personnel. The application must support customization by customer of A&S centric data structure and allow for data collection from evaluators on intangible characteristics required to succeed in the career field. The application must be capable of following the candidate through his or her ALO training pipeline and support continued evaluation throughout his or her career to improve both mental and physical resilience. This solicitation is not seeking software development, but an existing software tool with a proven track record of supporting high level A&S programs (e.g. within JSOC or SOCOM). The software must be end-user tailorable to meet the customer's current and emerging requirements. Pricing for one year support with options for the next four years for License and support. 1 Ea 0003 Product Support: Software Product Support and Development In order for this quote to be considered "Technically Acceptable" it must: Lead software developer must have personally completed an A&S program and have experience supporting A&S programs (e.g. within JSOC or SOCOM). On-call, remote troubleshooting must be available during A&S events in the event the domain expert (CLIN 0004) is unable to resolve a technical issue. 1 Ea 0004 On-Site Domain Expert/Trainer: The contractor shall provide an A&S Domain Expert who has personally completed an A&S program and has experience supporting A&S programs (e.g. within JSOC or SOCOM) to provide on-site training and troubleshooting for the hardware/software system and provide expertise to integrate the current curriculum for use on the new system. 24 days of support each year will be required in 4-equal, 6-day increments. Quotes should include all anticipated travel expenses into this CLIN. 1 Ea DELIVERY INFORMATION: FOB: [X] Destination [ ] Origin Place of Delivery: 93 AGOW, 5090 Gardner St, Bldg 115 Suite 207, Moody AFB, GA 31699 Requested Date of Delivery: 27 May 2019 INSTRUCTIONS TO OFFERORS: The provision at FAR 52.212-1, Instructions to Offerors - Commercial (Jan 2017), applies to this acquisition. Addenda: N/A EVALUATION OF OFFERS: The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014), will be used to evaluate quotes received. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote 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: (Lowest Price Technically Acceptable (1) Price (2) Technical Acceptability (a) In order for this quote to be considered "Technically Acceptable" it must meet: (i) Meet General Requirements: The Contractor shall provide AAA a mobile standalone/ fly away kit which includes the hardware (and all associated ancillary equipment) and software application required to support the unit's ability to customize A&S centric data structures, collect data, conduct analysis, and identify statistical deviation on a candidate's performance and evaluation-a Tactical Assessment and Selection Kit. The software should be a web-based-application that supports AAA in assessing, selecting, developing, and mentoring their personnel. The application must support customization by customer of A&S centric data structure and allow for data collection from evaluators on intangible characteristics required to succeed in the career field. The application must be capable of following the candidate through his ALO training pipeline and support continued evaluation throughout his career to improve both mental and physical resilience. This solicitation is not seeking software development, but an existing software tool with a proven track record of supporting high level A&S programs (e.g. within JSOC or SOCOM). The software must be end-user tailorable to meet the customer's current and emerging requirements (ii) Meet Qualified Personnel Criteria: The contractor shall provide a qualified software development lead and an A&S Domain Expert, who both have successfully completed a certified A&S course, to provide on-site during supported AAA cycles for the Period of Performance (PoP). The contractor shall provide A&S Domain Expert who are certified in application offered. The A&S Domain Expert proposed must meet the required skills and qualifications identified in Table 3.1 of the Statement of Work (SOW). The contractor shall ensure personnel are fully trained to meet mission requirements on day one of performance. (a) In order for this quote to be considered "Technically Acceptable" it must meet: All specification requirements in SOW/PWS/Item Description Equivalent items submitted must meet listed characteristics or specifications in each items individual description. The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it's determined to be in the best interests of the Government. OFFEROR REPRESENTATIONS AND CERTIFICATIONS: Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2017), with your quote. •- If offeror has completed annual representations and certifications in System for Award Management (SAM), then only paragraph (b) needs to be submitted with quote. •- If offeror has not completed annual representations and certifications in SAM then paragraphs (c-u) need to be submitted. CONTRACT TERMS & CONDITIONS: The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition. Addenda: N/A REQUIRED TERMS & CONDITIONS TO IMPLEMENT STATUTES OR ORDERS: The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Nov 2017), applies to this acquisition. The following clauses are incorporated via paragraph (b) and considered applicable to this acquisition: Clause Number Clause Title FAR 52.219-6 Notice of Total Small Business Set Aside FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-1 Buy American--Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management FAR 52.222-41 Service Contract Labor Standards ***(If is for Services)*** FAR 52.222-42 Statement of Equivalent Rates for Federal Hires ***(If is for Services)*** ADDIDTIONAL CONTRACT REQUIREMENTS: (1) Offeror shall include all warranty requirements and documentation with quote. (2) Offerors shall identify how long the quote is valid for. Additional provisions and clauses applicable to this requirement: Type Number Title Clause FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements Provision FAR 52.204-7 System for Award Management (Solicitations only) Clause FAR 52.204-13 System for Award Management Maintenance Clause FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment Provision FAR 52.211-6 Brand Name or Equal Clause FAR 52.232-39 Unenforceability of Unauthorized Obligations Clause FAR 52.232-40 Providing Accelerated payments to Small Business Subcontractors Clause FAR 52.246-16 Responsibility for Supplies Clause FAR 52.247-34 F.O.B. Destination Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference - http://farsite.hill.af.mil Clause FAR 52.252-2 (Contract) Clauses Incorporated by Reference - http://farsite.hill.af.mil Clause DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Clause DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Provision DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Clause DFARS 252.204-7003 Control of Government Personnel Work Product Provision DFARS 252.204-7004, Alt A, System for Award Management Alternate A (When using 52.204-7) Clause DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support Clause DFARS 252.211-7003 Item Unique Identification and Valuation Clause DFARS 252.225-7001 Buy American and Balance of Payments Program Clause DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Clause DFARS 252.225-7048 Export-Controlled Items Clause DFARS 252.232-7003 Electronic Submission of Payment Requests Clause DFARS 252.232-7006 Wide Area Workflow Payment Instructions Clause DFARS 252.232-7010 Levies on Contract Payments Provision DFARS 252.239-7009 Representation of Use of Cloud Computing Clause DFARS 252.239-7010 Cloud Computing Services Clause DFARS 252.243-7001 Pricing of Contract Modifications Clause DFARS 252.244-7000 Subcontracts for Commercial Items Clause AFFARS 5352.201-9101 Ombudsman (Fill-in Text) - Lt Col Aaron D. Judge OL KC AFICA 129 Thompson St., Bldg 586, Rm 129 Langley AFB, VA 23665-2769 Phone Number: 757-764-5372, Fax: 757-764-4400 E-mail: aaron.judge@us.af.mil DPAS APPLICABILITY: This requirement is not applicable to the Defense Priorities and Allocations System (DPAS). SOLICITATION CLOSING INFORMATION: Quotes are due by: 7 May 2019, @ 2:00PM EST. Quotes must be received by the closing date stated above. Submit quotes by email. POINT OF CONTACT: The point of contact for this acquisition for any questions and for submission of quotes is: Name SSgt Samantha Durlauf Title Contracting Officer Phone # 229-257-2988 Email samantha.durlauf@us.af.mil Alternate SSgt Lucas Richardson Title Contracting Officer Phone # 229-257-3947 Email lucas.richardson@us.af.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »