This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR subpart 12.6 as supplemented with
additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotes are being requested, and a separate written solicitation will be sent to the business identified below.
This requirement has been deemed as a single source pursuant to FAR 13.106(b) and 13.501 due to the propietary controller software and hardware included in the SCADA System. Therefore, this requirement will be sole source to the following:
Minsait ACS Inc. (CAGE 0AGH3)
2755 Northwoods Pkwy, Norcross GA 30071-1533
Requirement Description
The contractor shall provide all equipment, tools, materials, transportation and services to maintain all proprietary software and hardware associated with the 78th CES SCADA system. The contractor will offer offsite software maintenance and provide technical support via phone during regular business hours. Upgrades or revisions to the operating software will be promptly shipped to the Government upon their release. Additionally, the contractor will maintain a backup copy of the software to safeguard against any significant issues. Should any problems arise with the software as identified by the RAFB technician, temporary solutions will be acceptable.
The Red Hat Linux machines will undergo patching on a quarterly basis, with detailed procedures shared and transitioned to the subject matter experts at RAFB who specialize in the SCADA operating system. The contractor will ensure that individuals certified in the patching process are properly documented. In the event of any patching issues, remote assistance will be provided by the
contractor via phone for troubleshooting support. Additionally, a patched version of the software will be shipped quarterly to RAFB on a designated patching disk.
The following Clauses are applicable to the subject Notice (current through FAC 2025-03 dated 17 January 2025 and DFARS Change Notice dated 17 January 2025
FAR 52.212-1 Instructions to Offerors
FAR 52.212-2 Evaluation-Commercial Items
FAR 52.212-3 Offeror Representations and Certifications - Commercial Items
FAR 52.212-4 Contract Terms and Conditions - Commercial Items
FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, and DFARS 252.212-7000
FAR 52.247-34 FOB Destination
DFARS 252.211-7003 Item Identification and Valuation (Appl if unit price exceeds $5K.)
DFARS 252.232.7003 Electronic Submission of Payment Requests (WAWF is the method used by DoD for processing
invoices/receiving reports.)
In accordance with Clause 52.212-2, the evaluation factors shall be price and price related factors.
IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.bpn.gov.
Oral procedures will be used for this solicitation.