AFICA Cybersecurity Risk Management Services Support
Notice Type: Amendment to Combined Synopsis/Solicitation
Posted Date:
Office Address:
Subject: AFICA Cybersecurity Risk Management Services Support
Classification Code: D - Information technology services, including telecommunications services
Solicitation Number: FA3002-18-R-0006
Contact:
Setaside: Service-Disabled Veteran-Owned Small BusinessService-Disabled Veteran-Owned Small Business
Place of Performance (address): HQ AETC/A6JBSA-
Place of Performance (zipcode): 78150
Place of Performance Country: US
Description:
AFICA
AFICA- CONUS
Contracting Office Address Department of the
(i) This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, 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. Simplified procedures as outlined in FAR 13.5 will be used for the acquisition of this commercial item.
(ii) This solicitation, number FA3002-18-R-0006 is issued as a Request for Proposal (RFP).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, effective
(iv) In accordance with FAR Subpart 19.1405, Service-disabled Veteran-owned Small Business Set-aside Procedures, this procurement is 100% set aside for Service-disabled Veteran-owned Small Businesses. The NAICS Code is 541512; size standard is
(v) See Attachment 4, Price Proposal Spreadsheet, for list of contract line item numbers (CLINs), items, quantities, and units of measure. (vi) DESCRIPTION OF SUPPLIES/SERVICES
See Attachment 1, PWS dated
(viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (
52.212-1 Addendum. Paragraph (c) of this clause is tailored as follows: (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 180 calendar days from the date specified for receipt of offers.
52.212-1 Addendum. Paragraph (g) of this clause is tailored as follows: (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without interchanges with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct interchanges if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received
(ix) The provision at FAR 52.212-2, Evaluation - Commercial Items (
(a) 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:
(1) Technical Capability (2) Past Performance (3) Price Technical and past performance, when combined, are approximately equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
The firm-fixed-price shall include any volume or spot discounts. Since the Government intends to award a contract without interchanges with respective offerors, you are encouraged to offer your most advantageous proposal in your initial response. (x) In accordance with FAR 52.212-3, Offeror Representation and Certifications - Commercial Items (
In the event Representations and Certifications are not on file, offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items that can be obtained online at http://farsite.hill.af.mil FAR Part 52 or http://www.sam.gov.
An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (t) of this provision.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (
(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (
52.203-6 Restrictions on Subcontractor Sales to the Government (
(xiii) The clause at FAR 52.217-8, Option to Extend Services (
The contract will include FAR 52.217-8, Option to Extend Services, with the potential to extend the contract an additional 6 months beyond the awarded contract performance period. In the event the Government requires continued performance, the Government's evaluation of prices proposed for the base and all option periods will suffice to be the Government's evaluation of prices under the extension of services. Should an extension of services be required, rates in effect at the time the extension is exercised will be used. The Contracting Officer may exercise the option by written notice to the Contractor within 30 calendar days prior to contract expiration.
(xiv) The clause at FAR 52.217-9, Option to Extend the Term of the Contract (
The contract will include FAR 52.217-9, Option to Extend the Term of the Contract, with the potential to extend the contract by written notice to the Contractor within 30 calendar days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 calendar days prior to contract expiration. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, and under FAR 52.217-8, shall not exceed 3 years, 6 months.
(xv) ADDITIONAL REQUIREMENT(S) OR TERMS AND CONDITIONS
FAR 52.252-1
FAR 52.252-2
The following provisions and clauses (incorporated by reference) apply to this acquisition (with the same force and effect as if they were given in full text):
52.203-3 Gratuities (
(xvi) Interested parties capable of providing the above must submit a written proposal (see all Attachments) to include discount terms, Cage Code, DUNS number, and Tax Identification Number.
To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management database, NO EXCEPTIONS. To register, visit http://www.sam.gov.
Deadlines:
NLT
NLT
NLT
NLT
It is the offeror's responsibility to confirm receipt of all submissions.
Offerors are cautioned JBSA Randolph has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass to gain entrance. Individuals will be required to provide a current driver's license and proof of insurance. Some delay should be anticipated when hand carrying proposals.
NOTE:
Offeror is advised to notify both the Contracting Officer and Contract Specialist via e-mail when a proposal is submitted and/or when planning to hand carry a proposal. (xvii) Points of contact:
Mailing/Physical Address:
TO BE OPENED BY ADDRESSEE ONLY 338 SCONS/PKD Attn:
Place of Performance: JBSA-
Attachments:
1) PWS 2) Instructions to Offerors - FAR 52.212-1 (Addendum) 3) Evaluation Factors - FAR 52.212-2 (Addendum) 4) Price Proposal Spreadsheet 5) Draft DD254, Contract Security Classification Specification 6) Past Performance Information Sheet 7) Past Performance Questionnaire 8) Subcontractor Consent Letter 9) Client Authorization Letter
Link/URL: https://www.fbo.gov/notices/756c7a46711d4e9a5102f5bb56440c47
Did you win a Best of South Sound award?
Consultation Services
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News