This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.
This is a combined synopsis/solicitation for a Metalogix StoragePoint and Content Matrix Base License as specified; limited sources justification for name brand as the requested item is the only source that will satisfy the requirements of the Missouri National Guard. This solicitation is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-60 effective 26 Jul 2012). The NAICS code is 423430 and the small business size standard is 100 employees. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not in the System for Award Management database. (Reference: DFARS 252.204-7004, Alt A Required Central Contractor Registration).
SCOPE:
Contractor Responsibilities: Provide one (1) STPCMB5 Metalogix StoragePoint and Content Matrix Base License to the Missouri National Guard Department of Information Management located at 7001 Range Road, Jefferson City, MO 65101; Attn: MAJ Ronald Hansen.
Note: The Contracting Officer reserves the right to award to other than the low bidder based on the following items in the respective order: Technical acceptability (to include compatibility with existing systems and structures) and price.
The offer submittal shall list the item by part number, the product description as listed above, list the manufacturer and any transportation costs. The offer shall list unit prices, total for each part number, and an overall totaled price.
The government will not accept incomplete proposals/quotations. Offers will be evaluated on technical acceptability and price for the overall best value. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the best overall value.
Additionally the following clauses and provisions apply to this acquisition:
52.204-7 Central Contractor Registration
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations -- Representation
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-1 Instructions to Offerors - Commercial Items
52.212-2 Evaluation - Commercial Items
52.212-3 Offeror Representations and Certification - Commercial Items
52.212-4 Contract Terms and Conditions Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, and includes the following clauses as cited: (b) 5, 16, 17, 18, 19, 20, 24(i), 24(ii), and 31
52.214-34 Submission of Offers in the English Language
52.214-35 Submission of Offers in U.S. Currency
52.219-1 Small Business Program Representations
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns
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
52.222-22 Previous Contracts and Compliance Reports
52.222-25 Affirmative Action Compliance
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Veterans
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
52.225-18 Place of Manufacture
52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan -- Certification
52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-- Certification
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.242-15 Stop- Work Order
52.247-34 F.O.B. Destination
52.252-1 Solicitation Provisions Incorporated By Reference
52.252-2 Clauses Incorporated by Reference
52.252-6 Authorized Deviations in Provisions
52.252-6 Authorized Deviations in Clauses
Applicable DFARS clauses included:
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
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A
252.204-7006 Billing Instructions
252.204-7008 Export-Controlled Items
252.204-7011 Alternate Line-Item Structure
252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items provisions
252.225-7001 Buy American and Balance Of Payments Program
252.225-7002 Qualifying Country Sources As Subcontractors
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
252-247-7023 Alt III Transportation of Supplies by Sea
The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 3:00 P.M. (CST), 12 June 2013. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of CPT Ryan Borgmeyer at (573) 638-9619 or emailed to
[email protected]; if facsimile is the preferred method then a follow-up email or phone call is requested to ensure receipt. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to the above at
[email protected].
Contracting Office Address:
7101 Military Circle
Jefferson City, Missouri 65101
United States
Primary Point of Contact.:
CPT Ryan Borgmeyer
[email protected] Phone: (573) 638-9632
Bid Protests Not Available