Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:HE1254-19-Q-9028
COMBINED SYNOPSIS/SOLICITATION i. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, as supplemented with additional information in...
COMBINED SYNOPSIS/SOLICITATION i. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, 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 solicitation number is HF1254-19-Q-9028 and is issued as a request for quote (RFQ). iii. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. iv. This RFQ will result in the award of a single award Firm-Fixed Price (FFP), PO. This will be solicited as a 100% Small Business Set-Aside acquisition. The associated NAICS code is 511210 and small business size standard is $38,500,000.00. v. Contract line item numbers (CLINs), item descriptions, quantities and units of measure. ITEMS/SERVICES TO BE PROCURED Line Item Item Description Qty. U/I Unit Price Total Price 0001 MSAB-8900 - Office Version - XRY Logical & Physical 8 Each $ $ 0002 CAMP-8900 (MSAB) - Office Version + 5 Days Training for 8 8 Each $ $ 0003 Shipping 1 Each $ $ vi. A description of the requirement is provided in the attached specification sheet vii. Inspection and acceptance of the products and deliverables to be furnished shall be performed by a designated Government official. The Contracting Officer or designated Government official may inspect all received items to ensure the deliverables meet the DoDIG specification requirement and any aspect of performance under this contract at any time. Government inspection and acceptance for all contractual items listed herein will be at destination. viii. Delivery: 28 September or within 30 days after contract award. The point of contact for this contract is: At time of award Attn: At time of award 4800 Mark Center Dr Alexandria VA 22311 ix. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and are incorporated by reference. x. The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation if the quoters quote is found technically acceptable in accordance with the SOW and the contracting officer can determine the quoters price to be fair and reasonable. Past Performance will also be evaluated, in accordance with FAR 12.206. A Past Performance Questionnaire is provided (Attachment 2), and required to be filled out and returned along with your quote. xi. Any Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. A print out of SAM website reps and certs is acceptable, as long as the SAM reps and certs are up to date on the SAM website. Per Paragraph (b) (1) of this provision, any changes provided by the vendor in paragraph (b) (2) of this provision do not automatically change the representation and certifications posted on the SAM website. It is the vendor's responsibility to ensure their SAM registration is up to date prior to any contract award. xii. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference. xiii. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in clause 52.212-5 are applicable: 52.203-13, 52.226-26, 52.226-36, 52.222-40, 52.222-41, and 52.222-50. The full text of referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. xiv. Quotes are due at 1:00 PM ET on 6 August 2019, deliverable to: Quotes shall be submitted electronically via email to latoiya.blanchard@dodea.edu with the subject line stating "HE1254-19-Q-9028 MSAB XRY Office Version (Logical and Physical), NO LATER THAN 1:00 p.m. EDT, August 6, 2019. It is the contractor's responsibility to follow up with the Contract Specialist after submission of their quote to ensure that their quote has been received. DoDEA's email capacity for attachments is 10MB. DoDEA Points of Contact: Contracting Specialist: LaToiya Blanchard 4800 Mark Center Drive Suite 09M25-03- Attn: DoDIG Procurement Branch Alexandria, VA 22350-1400 Telephone: 703-601-5381 Latoiya.blanchard@ dodea.edu (c) Quotes shall include an administrative cover letter with the following information: Complete Business Mailing Address Tax identification number (TIN) Dun & Bradstreet Number (DUNS) Cage Code/NAICS Code Contact Name, Phone, Fax, and email address (d) Technical Capability (Factor 1): Vendors shall submit a quote that lists all proposed items and related services that meet or exceed the minimum specifications and requirements set forth in attachment A, (Specification sheet). The Government will assess the vendor's technical response to determine if the vendor's quote meets the requirements of the solicitation. Any vendors providing quotes containing items of a different brand than that specified in the RFQ shall provide supporting evidence of their claim of equal compatibility. Failure to do so could result in a quote being deemed technically unacceptable. All items listed in the specification sheet will be awarded as "all or nothing".