Unify Reinstallation Service
This is a combined synopsis/solicitation for UNIFY RE-INSTALLATION SERVICES prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additi... This is a combined synopsis/solicitation for UNIFY RE-INSTALLATION SERVICES prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number W9127Q19R6011 is being issued as a Request for Quote (RFQ) with open market pricing. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05, effective August 13, 2019 and the Defense Federal Acquisition Regulations (DFARS) Publication Notice (DPN) 20190809 dated August 9, 2019. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is without set asides under NAICS 541511 for the acquisition of installation and software upgrade services for the two Command Posts at the 172D Airlift Wing, Air National Guard Base, Jackson International Airport, Jackson, MS. Official RFQ, Performance Work Statement (PWS), and the applicable Service Contract Act Wage Determination 2015-5153 Revision No. 9 dated 20190716 for Rankin County applicable to this requirement are attached. A SERVICE CONTRACT IS INTENDED FOR THE FOLLOWING: CLIN 0001 - Reinstall Unify Consoles (6 each) 1 Job CLIN 0002 - Upgrade Unify Software 1 Job CLIN 0003 - CMRA 1 Job Details of the of services requested are outlined in the Performance Work Statement PDF document attached named "Unify_PWS." PERIOD OF PERFORMANCE: 30 days after award notification. If this is unable to be met, please indicate estimated time required to complete the installation in accordance with the PWS. BASIS OF AWARD: A contract will be awarded to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ outlined in the PWS. Please provide, with your quote, in addition to a detailed description of what is being proposed, CAGE code, payment discount terms, and certification or documentation detailing partnership with Unify/ATOS as an authorized vendor. Also, highlight past performance by providing previous contract information, number, the work done, dollar amounts, and customer contact information. If there are any exceptions or assumptions please annotate as such on your quote. PROPOSAL EVALUATION FACTORS: Best value, with consideration to (1) Price, (2) Technical Acceptability, and (3) Past Performance, all being considered equal. DEADLINE: Receipt of your quotes is established for no later than 4:00 P.M. CDT, Thursday, September 5, 2019. Responses are to be emailed to: usaf.ms.172-aw.mbx.contracting@mail.mil and chigbo.o.nzoiwu.mil@mail.mil. SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.sam.gov/. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. AVAILABILITY OF FUNDS (FAR 52.232-18): The Government's commitment under this request is contingent upon the availability of appropriated funds. The government will not make an award until funding becomes available. Quotes must be valid for a minimum 60 day period. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Quotes must be for all service needs stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one contractor. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/. The following FAR and DFARS provisions and clauses apply to this solicitation: 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 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-22 Alternative Line Item Proposal 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors--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 (Deviation 2018-O0021) 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal confidentiality Agreements or Standards 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 52.232-18 Availability Of Funds 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-2 Protection of Government Buildings, Equipment, And Vegetation 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 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American And Balance Of Payments Program-- Basic 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 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea Contracting Office Address: 172 MSG/MSC - Base Contracting Office 141 Military Drive AW 30 Bldg. 104 Jackson MS 39232-8881
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »