The RFP Database
New business relationships start here

Hardware and Software support services


Maryland, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

 
Combined Synopsis/Solicitation

Solicitation Number:  N41817-19-Q-0001

Purchase Description: Hardware and Software Support


 


This is a Combined Synopsis/Solicitation for the purchase of Commercial Items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; a written solicitation will not be issued.  This solicitation will be posted to the Federal Business Opportunities (FBO) web-site as a Unrestricted (Large and Small Business may submit an offer for consideration for award).


 


Services rendered inclusive of any installation shall be in compliance with Food and Drug Administration (FDA) and Occupational Safety and Health Administration (OSHA) regulations/requirements.  All software licensing, parts, warranty and service associated with the rendering of services shall be in accordance with the Original Equipment Manufacturer (OEM) terms and conditions.


 


The Navy Medical Research Unit Dayton (NAMRU), Material Management Department, Contracting Division is issuing this combined synopsis/solicitation, reference solicitation number N41817-19-Q-0001, as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures.  The North American Industrial Classification System (NAICS) code for this procurement is, "811219", with a small business standard of "22.0".


 

The Government intends to award a Firm Fixed-Price Commercial Award.  The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-05 effective August 13, 2019 and Defense Federal Acquisition Regulation Supplement DPN 20190628 effective June 28, 2019.

 


DESCRIPTION OF SERVICES:  All offers with deliverables shall be F.O.B. Destination.

 

Base Period:  September 30, 2019 through September 29, 2020


CLIN 0001:  Hardware/Software Support NeuroKinetics. Refer to attached SOW-QASP.


 


Quantity        Unit of Issue               Unit Price                 Extended Price


      12                  Months                $_______________   $____________________


 

Option Year 1:  September 30, 2020 through September 29, 2021


CLIN 0002:  Hardware/Software Support NeuroKinetics. Refer to attached SOW-QASP.


 


Quantity        Unit of Issue               Unit Price                 Extended Price


      12                  Months                $_______________   $____________________

 

Option Year 2:  September 30, 2021 through September 29, 2022


CLIN 0003:  Hardware/Software Support NeuroKinetics. Refer to attached SOW-QASP.


 


Quantity        Unit of Issue               Unit Price                 Extended Price


      12                  Months                $_______________   $____________________


 

Option Year 3:  September 30, 2022 through September 29, 2023


CLIN 0004:  Hardware/Software Support NeuroKinetics. Refer to attached SOW-QASP.


 


Quantity        Unit of Issue               Unit Price                 Extended Price


      12                  Months                $_______________   $____________________


 

Option Year 4:  September 30, 2023 through September 29, 2024


CLIN 0005:  Hardware/Software Support NeuroKinetics. Refer to attached SOW-QASP.


 


Quantity        Unit of Issue               Unit Price                 Extended Price


      12                  Months                $_______________   $____________________


 


TOTAL:  $_________________________


 


                                                         


PLACE OF DELIVERY AND/OR SERVICE:


Naval Medical Research Unit Dayton


2624 Q Street, Bldg. 851, Area B


WPAFB, OH 45433-7955


 


Responses/quotes MUST be received no later than 09/19/2019 12:00AM (Eastern Time).  Forward responses by e-mail to timothy.daniels.8@us.af.mi. ; Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award.  For information refer to (may have to copy/paste):  https://www.sam.gov.


 


For equipment repair/maintenance solicitations/procurements only authorized distributors and/or service providers of the manufacturer will be accepted.  Manufacturer certifications/confirmations must be provided upon request of the Contracting Office.


 


APPLICABLE FAR CLAUSES:

•(1)      FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019)

•(2) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (OCT 2016)

•(3)      FAR 52.212-2:  Evaluation - Commercial Items (Oct 2014):  Award will be made to the responsible contractor/vendor IAW FAR 13.106-2(b) whose offer represents the "best value", defined as the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement, using the following evaluation criteria:

 

Note:  All evaluation factors other than cost or price, when combined, are significantly more important than cost or price.  The Contracting Officer may, at their discretion, request clarifications, however, IAW FAR 13.106-2(b)(3) there will not be a formal evaluation plan or competitive range established, award will be made without discussions, and offers will not be formally scored.


 

•(a)   Technical excellence.

•(b)   Compliance with solicitation requirements.

(c) Price:  No additional information from the offeror will be required if the price is based on adequate price competition.  In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.

(d) Past Performance:  Will be evaluated as Acceptable or Unacceptable based on the contracting officer's knowledge of and previous experience with the supply or service being acquired, the Past Performance Information Retrieval System (PPIRS), and any other reasonable basis.  In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance.

 

 





Past Performance Evaluation Ratings





Rating



Description





Acceptable



Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown.





Unacceptable



Based on the offeror's performance record, the

Government has no reasonable expectation that the offeror will be able to successfully perform the required effort.





 

(3)  FAR 52.212-4 (Contract Terms and Conditions - Commercial Items) (Oct 2018)

(4)  FAR 52.212-5:  Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (DEVIATION 2018-O0021) (Sept 2018)

(5)  FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

http://farsite.hill.af.mil/VFFARa.htm

http://farsite.hill.af.mil/VFDFARa.htm

(End of Provision)

 

FAR 52.252-2:  CLAUSES INCORPORATED BY REFERENCE (Feb 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(s):

http://farsite.hill.af.mil/VFFARa.htm

http://farsite.hill.af.mil/VFDFARa.htm

(End of clause)

 

OTHER APPLICABLE CLAUSES AND TERMS:

52.209-11--Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016):


(a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that--


(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or


(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.


(b) The Offeror represents that-


(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and


(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

(End of Provision)

FAR 52.228-5--Insurance -- Work on a Government Installation (Jan 1997):

(a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract.

(b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective --

(1) For such period as the laws of the State in which this contract is to be performed prescribe; or

(2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer.

(c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request.

 

(End of Clause)

 

SPECIAL TERM (Services Only):  Enterprise-wide Contractor Manpower Reporting Application (ECMRA)

The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for Naval Medical Research Unit Dayton via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are:

(1) W, Lease/Rental of Equipment;

(2) X, Lease/Rental of Facilities;

(3) Y, Construction of Structures and Facilities;

(4) S, Utilities ONLY;

(5) V, Freight and Shipping ONLY.

The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil.


Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil


 


INVOICING INSTRUCTIONS:


 


DFAR 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)

(a) Definitions. As used in this clause-

"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization.

"Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).

"Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system.

"Payment request" and "receiving report" are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall-

(1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/

(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:

(1) Document type. The Contractor shall submit payment requests using the following document type(s):

(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.

(ii) For fixed price line items-

(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.

N/A

(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.

INVOICE AND RECEIVING REPORT 2-1 (services)

 (iii) For customary progress payments based on costs incurred, submit a progress payment request.

(iv) For performance based payments, submit a performance based payment request.

(v) For commercial item financing, submit a commercial item financing request.

(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.

[Note: The Contractor may use a WAWF "combo" document type to create some combinations of invoice and receiving report in one step.]

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.

Routing Data Table*





Field Name in WAWF



Data to be entered in WAWF





Pay Official DoDAAC




  HQ0248





Issue By DoDAAC




  N63116





Admin DoDAAC**




 N63116





Inspect By DoDAAC




 N41817





Ship To Code




 N41817





Ship From Code




  N/A





Mark For Code




  N41817





Service Approver (DoDAAC)




  N/A





Service Acceptor (DoDAAC)




  N/A





Accept at Other DoDAAC




  N/A





LPO DoDAAC




  N41817





DCAA Auditor DoDAAC




  N/A





Other DoDAAC(s)




  N/A





(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.

(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.

(g) WAWF point of contact.

(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.

 

(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.

(End of clause)


Timothy A. Daniels, Contract Specialist, Phone 9377131729, Email timothy.daniels.8@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP