IT Services (Соединенные Штаты Америки - Тендер #42250940) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки) Организатор тендера: DEPT OF THE ARMY Номер конкурса: 42250940 Дата публикации: 25-05-2023 Источник тендера: Государственные закупки США |
||
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
1) The Army Contracting Command, 413th Contract Support Brigade (CSB), Regional Contracting Office (RCO) Hawaii
(HI) has a requirement for information technology and office automation support. This requirement is for various U.S.
Army Installations on the island of Oahu and Pohakuloa Training Area (PTA) on Hawaii.
2) Background: This is a new firm-fixed price requirement.
3) Contract Set aside: This action will be a 8(a) set aside.
4) Contract Type and Period of Performance: The Government intends to award a Firm Fixed Price (FFP) Requirement
contract with Period of Performance of 28 September 2023 – 27 September 2028. This acquisition will be solicited
under National American Industry Classification system (NAICS) code 541519 Other Computer Related Services. The
small business size standard is $34M.
5) Quotes shall be submitted electronically on the BetaSAM website or via e-mail to Contract Specialist identified
below. Faxed quotes will not be accepted. Quotes must be received by the contracting office on or before the
solicitation closing date and time stated under Block 8 of the SF 1449 Solicitation/Contract/Order for Commercial
Items. Local time is Hawaii Standard Time (HST). It is the responsibility of the contractor to ensure quotes are
received and acknowledged by the Contract Specialist on or before the closing date of June 26, 2023 at 09:00 AM.
6) No paper copies will be issued. Potential offerors are responsible for monitoring this site for release of any
amendments to this solicitation. Any/all amendments will be posted and available for viewing and downloading on
BetaSAM. Potential vendors are encouraged to submit questions and/or recommendations regarding the terms and
conditions of the RFQ and/or associated documents. All timely submissions will be reviewed and the final RFQ may
contain changes as a result of any input received.
7) All prospective vendors shall be registered in the System for Award Management (SAM) to be eligible for award of a
contract. Contractors shall ensure SAM registration is active. The official SAM website is
https://www.sam.gov/portal/public/SAM/.
8) Questions regarding this solicitation shall be submitted in writing via e-mail to the Contractract Specialist at shirl.m.rivera.civ@army.mil within 10 days after the day specified in
Block 6 of the SF 1449.
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 written solicitation will not be issued.
(ii) Competitive quotes are being requested under Request for Quote (RFQ) Number W912CN-23-R-0012.
(iii) This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular FAC 2021-06, Effective: July 12, 2021
(iv) The North American Industry Classification System (NAICS) code applicable to this acquisition is 541519, Other Computer Related Services, and the small business size standard is $34 million. This procurement is a 100% Small Business 8(a) competitive. Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award.
(v) A list of contract line item number(s) and items, quantities, and units of measure:
CLIN: 0001
QTY: 1
Description: Phase In/Mobilization, 28 Aug 20 - 27 Sep 20
Unit of Issue: Month
Unit Price: ________________
Extended Price: ____________
CLIN: 0002
Description: IT & Telecommunications, IT Specialist Island of Oahu
QTY: 12
Unit of Issue: Month
Unit Price: ________________
Extended Price: ____________
CLIN: 0003
Description: IT & Telecommunication IT Specialist, Island of Hawaii (PTA/KMC)
QTY: 12
Unit of Issue: Month
Unit Price: ________________
Extended Price: ____________
CLIN: 0004
Description: IT & Telecommunications, IT Specialist, Emergency Operations Center (NTE)
QTY: 20
Unit of Issue: Each
Unit Price: ________________
Extended Price: ____________
CLIN: 0005
Description: Travel NTE
QTY: 4
Unit of Issue: Each
Unit Price: ________________
Extended Price: ____________
CLIN: 1001
Description: IT & Telecommunications, IT Specialist Island of Oahu
QTY: 12
Unit of Issue: Month
Unit Price: ________________
Extended Price: ____________
CLIN: 1002
Description: IT & Telecommunication IT Specialist, Island of Hawaii (PTA/KMC)
QTY: 12
Unit of Issue: Month
Unit Price: ________________
Extended Price: ____________
CLIN: 1003
Description: IT & Telecommunications, IT Specialist, Emergency Operations Center (NTE)
QTY: 20
Unit of Issue: Each
Unit Price: ________________
Extended Price: ____________
CLIN: 1004
Description: Travel NTE
QTY: 4
Unit of Issue: Each
Unit Price: ________________
Extended Price: ____________
CLIN: 2001
Description: IT & Telecommunications, IT Specialist Island of Oahu
QTY: 12
Unit of Issue: Month
Unit Price: ________________
Extended Price: ____________
CLIN: 2002
Description: IT & Telecommunication IT Specialist, Island of Hawaii (PTA/KMC)
QTY: 12
Unit of Issue: Month
Unit Price: ________________
Extended Price: ____________
CLIN: 2003
Description: IT & Telecommunications, IT Specialist, Emergency Operations Center (NTE)
QTY: 20
Unit of Issue: Each
Unit Price: ________________
Extended Price: ____________
CLIN: 2004
Description: Travel NTE
QTY: 4
Unit of Issue: Each
Unit Price: ________________
Extended Price: ____________
CLIN: 3001
Description: IT & Telecommunications, IT Specialist Island of Oahu
QTY: 12
Unit of Issue: Month
Unit Price: ________________
Extended Price: ____________
CLIN: 3002
Description: IT & Telecommunication IT Specialist, Island of Hawaii (PTA/KMC)
QTY: 12
Unit of Issue: Month
Unit Price: ________________
Extended Price: ____________
CLIN: 3003
Description: IT & Telecommunications, IT Specialist, Emergency Operations Center (NTE)
QTY: 20
Unit of Issue: Each
Unit Price: ________________
Extended Price: ____________
CLIN: 3004
Description: Travel NTE
QTY: 4
Unit of Issue: Each
Unit Price: ________________
Extended Price: ____________
CLIN: 4001
Description: IT & Telecommunications, IT Specialist Island of Oahu
QTY: 12
Unit of Issue: Month
Unit Price: ________________
Extended Price: ____________
CLIN: 4002
Description: IT & Telecommunication IT Specialist, Island of Hawaii (PTA/KMC)
QTY: 12
Unit of Issue: Month
Unit Price: ________________
Extended Price: ____________
CLIN: 4003
Description: IT & Telecommunications, IT Specialist, Emergency Operations Center (NTE)
QTY: 20
Unit of Issue: Each
Unit Price: ________________
Extended Price: ____________
CLIN: 4004
Description: Travel NTE
QTY: 4
Unit of Issue: Each
Unit Price: ________________
Extended Price: ____________
(vi) Description OF REQUIREMENTS: Information Technology Automation Management Support Services United States Army Garrison-Hawaii (USAG-HI).
EXTENDED DESCRIPTION: Contractor shall provide System Support Specialists and transportation for delivery of AMSS to USAG-HI including, but not limited to, locations on SB, WAAF, FS, HMR, AMR, TAMC on Oahu and PTA and KMC on Hawaii. Services will be provided for approximately 1500 personnel and shall be focused on multiple areas: Help Desk Operation, Touch Service, Mobile Device, Webmaster/SharePoint Administration, Database Administration, Knowledge Management, Fingerprint Systems, Specialty programs such as Transition Assistance Program, Video Teleconferencing and Virtual meetings. Services will be provided in accordance with (IAW) USARPAC Directive 0001, subject: Information Assurance (IA) and Computer Network Defense (CND) of the Pacific LandWarNet in the United States Army Pacific (USARPAC / United States Army Installation Management Command (IMCOM) / United States Army Garrison, Hawaii (USAG-HI) and other applicable DoD IT-related rules, regulations and policies. For help desk and end user support, there is an average of 700 to 800 tickets monthly. During peak-periods, the help desk and end user support monthly tickets increase by 300 to 350 tickets. For webmaster and database tickets, there is an average of sixty (60) tickets monthly. For video teleconference and audio/visual support, there is an average of twenty-four (24) tickets monthly. For knowledge management and SharePoint administration, there is an average of 175 tickets monthly. All tasking shall be performed in accordance with the attached PWS.
To be considered acceptable and eligible for award, quotes must provide a complete quote including all of the items and services in accordance with the attached PWS. The Government will not consider quotes or offers for partial items or quantities.
(vii) Date(s) and place(s) of delivery and acceptance and FOB point: The expected Period of Performance for this effort is: Sep 28, 2023 to Sep 27, 2024 plus four option years.
The place of performance for the effort is:
Wheeler Army Air Field (WAAF)
Fort Shafter (FS)
Helemano Military Reservation (HMR)
Aliamanu Military Reservation (AMR)
Tripler Army Medical Center (TAMC) on Oahu, PTA, and KMC on Hawaii
(viii) OFFEROR INSTRUCTIONS
The provision at 52.212-1, Instructions to Offerors – Commercial Items (JUL 2021), applies to this acquisition. The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government as defined in the ‘Evaluation Factors for Award’ Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is “None” or “Not applicable,” explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following:
Technical Approach or Specifications: Quote must address technical capability.
(ix) Evaluation Factors for Award: The specific evaluation criteria included are technical and price as defined below:
Factor I – Technical: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as defined in paragraph 2 above.
Factor II – Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, handling, and installation costs to the shipping address listed above as outlined in paragraph 3 above.
**Basis for Award: The Government intends to award a firm fixed price contract resulting from competitive quotes received in response to this solicitation. The quote will be evaluated for a fair and reasonable price.
The award decision will be based on the lowest priced technically acceptable offeror meeting solicitation requirements, such as terms and conditions, salient characteristics, representations, and certifications in order to be eligible for award. The vendor must be registered in the System for Award Management (SAM). The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds.
(x) Offerors must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer.
(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition.
(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JULY 2021), applies to this acquisition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations.
The following additional FAR clauses and provisions are applicable to this acquisition:
52.203-3, Gratuities (APR 1984)
52.203-12 Limitation on Payments To Influence Certain Federal Transactions (JUN 2020)
52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (JUN 2020)
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements of Statements
52.204-7 System for Award Management (OCT 2016)
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.204-13 System for Award Management Maintenance (OCT 2016)
52.204-16 Commercial and Government Entity Code Reporting (JUL 2016)
52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016)
52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014)
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020)
52.204-26 Covered Telecommunications Equipment or Services-Representation.
52.217-5 Evaluation of Options (JUL 1990)
52.219-28, Post Award Small Business Program Representation
52.222-26, Equal Opportunity (Sep 2016)
52.222-50, Combating Trafficking in Persons (Mar 2015)
52.228-5 Insurance – Work On A Government Installation.
52.232-33, Payment by Electronic Funds Transfer— System for Award Management (Jul 2013)
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
52.237-2 Protection Of Government Buildings, Equipment, And Vegetation (APR 1984)
52.245-1 Government Property
52.245-9 Use And Charges (APR 2012)
52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (NOV 2021)
52.212-2 Evaluation—Commercial Products and Commercial Services (NOV 2021)
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I
52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services--Alternate I
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services
52.217-8 Option To Extend Services
52.217-9 Option to Extend the Term of the Contract (MAR 2000)
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
The following additional DFARS clauses cited in the clause are applicable to the acquisition:
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 (SEP 2013)
252.203-7005 Representation Relating to Compensation of Former DoD Officials.
252.204-7000 Disclosure Of Information
252.204-7003 Control Of Government Personnel Work Product (APR 1992)
252.204-7004 Antiterrorism Awareness Training for Contractors
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (JAN 2023)
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (JAN 2023)
252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors (JAN 2023)
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016)
252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation (DEC 2019)
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (MAY 2021)
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021)
252.219-7010 Notification of Competition Limited to Eligible 8(a) Participants—Partnership Agreement
252.204-7020 NIST SP 800-171 DoD Assessment Requirements. (JAN 2023)
252.204-7024 Notice on the use of the Supplier Performance Risk System (MAR 2023)
252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991)
252.211-7003 Item Unique Identification and Valuation (JAN 2023)
252.211-7007 Reporting of Government-Furnished Property (AUG 2012)
252.219-7009 Section 8(a) Direct Award (OCT 2018)
252.219-7010 Notification of Competition Limited to Eligible 8(a) Participants—Partnership Agreement (OCT 2019)
252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials—Basic (SEP 2014)
252.223-7008 Prohibition of Hexavalent Chromium (June 2013)
252.225-7012 Preference for Certain Domestic Commodities (APR 2022)
252.225-7061 Restriction on the Acquisition of Personal Protective Equipment and Certain Other Items from Non-Allied Foreign Nations (JAN 2023)
252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (JAN 2023)
252.227-7013 Rights In Technical Data—Other Than Commercial Products or Commercial Services (MAR 2023)
252.227-7015 Technical Data—Commercial Products and Commercial Services (MAR 2023)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Work-Flow Payment Instructions
252.232-7010 Levies on Contract Payments
252.244-7000 Subcontracts for Commercial Items
252.246-7008 – Sources of Electronic Parts
(xiii) There are no additional contract requirement(s) or terms and conditions necessary for this acquisition.
(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement.
(xv) DUE DATE AND SUBMISSION INFORMATION
Formatting Requirements:Submit quotes in electronic PDF or Excel format
Questions Due Date and Submission Requirements: All questions must be received before June 2, 2023 @1800 HRS. Pacific Standard Time.Questions must be e-mailed to shirl.m.rivera.civ@army.mil. Include RFQ# W912CN-23-R-0012 on all inquiries. Questions may be addressed at the discretion of the Government.
RFQ Due Date and Submission Requirements: This RFQ closes on June 26, 2023 @ 0900 HRS Pacific Standard Time.
(xvi) Government RFQ Point of Contract: The point of contact for this solicitation is Contract Specialist Shirl Rivera shirl.m.rivera.civ@army.mil Reference RFQ# W912CN-23-R-0012 on all email exchanges regarding this acquisition.
| Document | File Size | Access | Updated Date |
|---|---|---|---|
| 23-R-0012 Solicitation.pdf (opens in new window) |
1 MB
|
Public |
May 24, 2023
|
| Tab D HI-2212 FINAL PWS Garrison IT Contract (Jan 2023) v4.docx (opens in new window) |
75 KB
|
Public |
May 24, 2023
|
| Attachment 1- Work Experience.docx (opens in new window) |
13 KB
|
Public |
May 24, 2023
|