FA8224-19-R-6902 - SOLE SOURCE - COMPRO Computer Services, Inc. for COMPRO Radar Toolkit (RTK) Development Licenses and Support - NAICS 511210 - SIZE STANDARD $38.5M - FSC CODE 7030
Closing Date: 18 Feb 2019 - 3:00 PM MST
While conducting market research, the Hill AFB Program Office received a letter dated 02 Nov 2018 from COMPRO Computer Services, Inc., which is the Original Equipment Manufacturer (OEM) and sole provider of the COMPRO Radar Toolkit (RTK) products and maintenance support services, that indicated they do not provide their COMPRO Radar Toolkit (RTK) through any resellers. Hill Air Force Base, Software Maintenance Division, located in Ogden, UT anticipates awarding a Firm-Fixed Price (FFP) contract to COMPRO Computer Services, Inc.; 105 East Drive, Melbourne, FL 32904-1026; Cage Code: 0NV92, DUNS: 147116438. Anticipated contract award date is 28 Feb 2019.
This is a combined synopsis/solicitation for commercial software/support prepared in accordance with the format in FAR Subpart 12.6, - streamlined procedures for evaluation and solicitation for commercial software renewal - as supplemented with additional information included in this notice. This is the Government's notice to solicit and negotiate with only one source under the authority of FAR 6.302. Sole source will be to COMPRO Computer Services, Inc. for a basic year and four (4) option years. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. This combined synopsis solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This notice is not a request for competitive proposals. However, information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.
The Air Force intends to place a Single, Firm-Fixed Price contract without discussions to the responsible offeror. The offer must conform to the equipment list and will be Best Value to the Government. Best Value is the most advantageous offer, price and other factors considered with the Government's stated importance of evaluation criteria. It is the Government's intent to award on an "all-or-none" basis to satisfy this requirement. This acquisition is for Sole Source, under NAICS code 511210, Size Standard $38.5M.
Schedule of Items:
Responsible quote shall provide Firm Fixed Price (FFP) pricing for the items below:
Item Number
Part Number
Description
QTY
0001-AA
100
Basic RTK - Development License
1
100S
Basic RTK - Development License Support
1
120
Pager Development License
1
120S
Pager Development License Support
1
140
Hi-Res Mapping Development License, PN: 140, QTY: 1
1
140S
Hi-Res Mapping Development License Support
1
150
Airborne Targets Development License
1
150S
Airborne Targets Development License Support
1
Period of Performance
Basic Year: After Receipt of Order - March 2019
Option Year 1: March 2019 - March 2020
Option Year 2: March 2020 - March 2021
Option Year 3: March 2021 - March 2022
Option Year 4: March 2022 - March 2023
Delivery:
FA8716
Fadela Daubney
6137 Wardleigh Rd. Bldg. 1515
Hill AFB, UT 84056
FOB: Destination
Proposal must include Contractors Name, Cage Code, DUNS Number, Tax ID Number, Contact Name, Number and email address.
INSPECTION AND ACCEPTANCE CRITERIA
Delivery will be 30 Days ARO and will be inspected upon arrival by Government.
CLAUSES INCORPORATED BY REFERENCE
52.204-16
Commercial and Government Entity Code Reporting
JUL 2016
52.204-18
Commercial and Government Entity Code Maintenance
JUL 2017
52.204-21
Basic Safeguarding of Covered Contractor Information Systems
JUN 2016
52.212-1
Instructions to Offerors-Commercial Items
JAN 2017
52.212-3
Offeror Representations and Certifications-Commercial Items--Alternate I
OCT 2014
Offeror to Complete
52.212-4
Contract Terms and Conditions-Commercial Items
JAN 2017
52.217-5
Evaluation of Options
JUL 1990
52.217-7
Option for Increased Quantity
MAR 1989
52.217-9
Option to Extend the Term of the Contract
MAR 2000
52.232-40
Providing Accelerated Payments to Small Business Subcontractors
DEC 2013
252.203-7000
Requirements Relating to Compensation of Former DoD Officials
SEP 2011
252.203-7005
Representation Relating to Compensation of Former DoD Officials
NOV 2011
252.204-7011
Alternative Line Item Structure
SEP 2011
252.204-7015
Notice of Authorized Disclosure of Information for Litigation Support
MAY 2016
252.211-7003
Item Unique Identification and Valuation
MAR 2016
252.223-7008
Prohibition of Hexavalent Chromium
JUN 2013
252.225-7035
Buy American--Free Trade Agreements--Balance of Payments Program Certificate--Alternate I
NOV 2014
252.225-7036
Buy American-Free Trade Agreements--Balance of Payments Program--Alternate I
DEC 2016
252.227-7015
Technical Data--Commercial Items
FEB 2014
252.227-7037
Validation of Restrictive Markings on Technical Data
SEP 2016
252.232-7003
Electronic Submission of Payment Requests and Receiving Reports
JUN 2012
252.232-7006
Wide Area WorkFlow Payment Instructions
MAY 2013
252.232-7010
Levies on Contract Payments
DEC 2006
252.232-7011
Payments in Support of Emergencies and Contingency Operations
MAY 2013
252.239-7009
Representation of Use of Cloud Computing
SEP 2015
252.239-7010
Cloud Computing Services
OCT 2016
252.244-7000
Subcontracts for Commercial Items
JUN 2013
252.246-7008
Sources of Electronic Parts
OCT 2016
252.247-7023
Transportation of Supplies by Sea--Basic
APR 2014
852.232-72
Electronic submission of payment requests
NOV 2012
Specified provisions and clauses must be completed by the offeror or prospective contractor and must be submitted with the quotation or offer. The full text may be accessed at the following:
http://farsite.hill.af.mil/vmfara.htm
CLAUSES INCORPORATED BY FULL TEXT
52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION 2018-O0021)(SEP 2018).
(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(b)(1) Notwithstanding the requirements of any other clauses of this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b) (1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
(ii) 52.203-19, Prohibition 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)).
(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).
(iv) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(v) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.
(vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
(vii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).
(viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793).
(x) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).
(xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act
(Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).
(xiii)(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
(xiv) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).
(xv) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).
(xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989).
(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
(xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).
(xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).
(B) Alternate I (JAN 2017) of 52.224-3.
(xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxii) 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). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of clause)
Alternate I (2018-O0021) (SEP 2018). As prescribed in 12.301(b) (4)(i), delete paragraph (a) from the basic clause, redesignate paragraph (b) (1) as paragraph (a), and redesignate paragraphs (b) (1)
(i) through (b) (1) (xiv) as paragraphs (a) (1) through (a) (14) and redesignate paragraph (b)(2) as paragraph (b).
Alternate II (2018-O0021) (Sep 2018). As prescribed in 12.301(b)(4)(ii), substitute the following paragraphs (a)(1) and (b)(1) for paragraphs (a)(1) and (b)(1) of the basic clause as follows:
(a)(1) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), or an authorized representative of either of the foregoing officials shall have access to and right to-
(i) Examine any of the Contractor's or any subcontractors' records that pertain to, and involve transactions relating to, this contract; and
(ii) Interview any officer or employee regarding such transactions.
(b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause in a subcontract for commercial items, other than-
(i) Paragraph (a) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (a)(1)(ii) does not flow down; and
(ii) Those clauses listed in this paragraph (b)(1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(A) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015)(41 U.S.C. 3509).
(B) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5).
(C)Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)(Section 1634 or Pub. L. 115-91).
(D) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(E) 52.222-1, Prohibition on Segregated Facilities (Apr 2015)
(F) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).
(G) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(H) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793).
(I) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act
(Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(J) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. Chapter 67).
(K)__(1) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. Chapter 78 and E.O. 13627).
__(2) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. Chapter 78 and E.O. 13627).
(L) 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).
(M) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).
(N) 52.222-54, Employment Eligibility Verification (Oct 2015)(E.O. 12989).
(O) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
(P) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017)(E.O. 13706).
(Q)(1) 52.224-3, Privacy Training (Jan 2017)(5 U.S.C. 552a).
(2) Alternate I (Jan 2017) of 52.224-3.
(R) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016)(Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(S) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C.1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(T) 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). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
All current and/or future informaiton about this acquisition, i.e. amendmensts, purchase specification, Question and Answers (Q&A), etc., will be distributed through FBO, therefore, interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.
Any questions concerning this requirement must be submitted in writing via email at least 5 working days prior to the closing date. Questions need to be emailed directly to clayton.gray.1@us.af.mil in accordance with FAR Clause 52.212-3, Offer Respresentations and Certifications - Commercial Items. It is mandatory that all offers wishing to be considered for award must be currently registered, obtain a DUNS number, have an "active" cage code, and maintain online representations and certifications application with System for Award Management (SAM) at www.sam.gov.
Proposal shall be submitted by 3:00 PM MST on 18 Feb 2019 to clayton.gray.1@us.af.mil.
The offeror shall ensure the Contracting point of contact acknowledges receipt of their electronic proposal for verification of delivery and acceptance in either email inbox. It is solely the Contractor's responsibility to ensure quotes are received within the required timeframe. FAX COPIES CANNOT BE ACCEPTED.
Clayton M. Gray, Contract Officer, Phone 8017752223, Email clayton.gray.1@us.af.mil