Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:693JJ322R000005
Amendment 2 to 693JJ322R000005: The purpose of Amendment 2 is to extend the due date for submission of proposals to 12:00 PM EST on Wednesday, November 17, 2021. All other terms and conditions are unc...
Amendment 2 to 693JJ322R000005: The purpose of Amendment 2 is to extend the due date for submission of proposals to 12:00 PM EST on Wednesday, November 17, 2021. All other terms and conditions are unchanged. ____________________________________________________ Amendment 1 to 693JJ322R000005: The purpose of Amendment 1 is to: 1. Provide answers to offeror questions in Attachment 3.4 - Questions and Answers 2. Update solicitation language to include page limits and format 3. Clarify submission due date to 2:00 PM EST on 11/12/2021 4. Clarify past performance information requested in proposals. ____________________________________________________ This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a SF 1449 will not be issued. The solicitation number is 693JJ322R000005. The solicitation is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-07, effective August 11, 2021. This procurement is a total set-aside for small businesses. The NAICS code for this procurement is 511210 – Software Publishers. The small business size standard for this NAICS code is $41.5M. This combined synopsis solicitation contains six (6) firm-fixed price line items. The details of the items, including quantities and units of measure, and optional line items can be found in Attachment 3.1 – Statement of Work. This procurement seeks to acquire and install a Credential Issuance and Management System (CIMS) to support smart card remote credential management, enterprise reporting and automated credential synchronization with internal directories. A more detailed description of requirements, dates and place of performance, and FOB destination and acceptance point for deliverables are provided in the attached solicitation documents. The provisions at 52.212-1 Instructions to Offerors–Commercial Items, applies to this acquisition. An addendum to 52.212-1 is provided in the attached solicitation document. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer 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: Technical Approach, Delivery, Past Performance, and Price. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications–Commercial Items, with its offer. If the offeror’s annual representations and certifications are current in the U.S. Government beta.SAM.gov system, the offeror may merely state that the offeror’s representations and certifications are available through SAM in lieu of submitting the annual representations and certifications as part of the offeror’s proposal. The clause 52.212-4 Contract Terms and Conditions–Commercial Items applies to this procurement. An addendum to 52.212-4 is provided in the attached solicitation document. The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders–Commercial Items, applies to this acquisition; additional FAR and other clauses applicable to this acquisition are included in the attached solicitation document. Defense Priorities and Allocation System (DPAS) does not apply to this acquisition. Questions regarding this solicitation shall be submitted in electronic format to kyle.griggs@dot.gov no later than the times specified in Section 4.3.2 of the solicitation. Proposals shall be submitted in electronic format to the contract specialist at kyle.griggs@dot.gov no later than the times specified in Section 4.3.3 of the solicitation.