SOLICITATION: W911YP23R0018
AGENCY/OFFICE: Utah Army National Guard / USPFO
DELIVERY LOCATION: Utah Army National Guard / J1, 12953 South Minuteman Drive, Draper, UT 84020
SUBJECT: SAFE APP
RESPONSE DUE DATE: 12:00 PM MST 12 June 2022
CONTRACTING POC: William T. Brown III; Email: William.t.brown68.civ@army.mil; Phone: 801-432-4273
DESCRIPTION:
*****THIS REQUIREMENT IS BEING SOLICITED AS FULL and OPEN COMPETITION w/a BRAND NAME J&A. A DD2579 SMALL BUSINESS FORM WILL BE SUBMITTED TO THE SBA FOR THIS REQUIREMENT*****
This is a combined synopsis solicitation for the Utah Army National Guard for the BRAND NAME requirement of “SAFE App” under solicitation number W911YP23R0018. This solicitation is 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; quotes are being requested and a separate written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ).
This acquisition is being solicited under NAICS code 541519 - “Other Computer Related Services” which has a Small Business Size Standard of $34 million (www.sba.gov). FOR VENDOR’S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM) AT HTTPS://WWW.SAM.GOV AND DEMONSTRATE YOU CAN PROVIDE THIS BRAND NAME APP. Wholesaler NAICS codes will not be accepted. Deployment of the app shall occur within 30 days ARO. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to availability of funding per FAR 52.232-18.
CONTRACT TYPE / EVALUATION CRITERIA:
This RFP is subject to availability of funds per FAR 52.232-18. The contract type for this procurement will be firm-fixed price and award evaluation criteria will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria for all items conforming to the Brand Name requirement and specifications of items listed. Offers that exceed funds availability or do not meet Brand Name requirements may not be considered for award. The offer must be registered in System for Award Management (SAM) to be eligible for award.
SAM REGISTRATION:
All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF, and be in good standing. All qualified responses will be considered by the Government. In addition to providing pricing each quote must include vendor's CAGE/ Unique Entity ID number, Federal Tax Number, and must include point of contact information.
Prospective offerors may obtain information on registration at WWW.SAM.GOV. IAW FAR 52.204-7 and DFARS 252.204-7007 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov.
QUOTE:
Please provide your quote submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division NO LATER THAN 1200 PM MST 12 June 2022. All submissions should be sent via email to: william.t.brown68.civ@army.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered.
PROVISIONS/CLAUSES:
The following provisions are applicable to this solicitation and are incorporated by reference:
FAR 52.204-7 – System for Award Management
FAR 52.204-9 – Personal Identity Verification of Contractor Personnel
FAR 52.204-16 – Commercial and Government Entity Code Reporting
FAR 52.204-18 – Commercial and Government Entity Code Maintenance
FAR 52.204-19 – Incorporation by Reference of Representations and Certifications
FAR 52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-25 – Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-26 – Covered Telecommunications Equipment or Services-Representation
FAR 52.209-6 – Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.209-10 – Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.212-1 – Instructions to Offerors – Commercial Products and Commercial Services
FAR 52.212-3 – Offeror Representations and Certifications-Commercial Products and Commercial Services
FAR 52.212-3 – Alternate 1
FAR 52.219-1 (Alt I) – Small Business Program Representation
FAR 52.219-28 – Post-award Small Business Program Representations
FAR 52.222-19 – Convict Labor—Cooperation with Authorities and Remedies
FAR 52.222-21 – Prohibit Segregated Facilities
FAR 52.222-26 – Equal Opportunity
FAR 52.222-36 – Equal Opportunity for Workers With Disabilities
FAR 52.222-40 – Notification of Employees Rights Under the National Labor Relations Act
FAR 52.222-50 – Combating trafficking in Persons
FAR 52.222-54 – Employment Eligibility Verification
FAR 52.223-5 -- Pollution Prevention and Right-to-know Information
FAR 52.223-18 – Encouraging Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-25 – Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications
FAR 52.232-1 – Payments
FAR 52.232-33 – Payment by Electronic Funds Transfer-System for Award Management
FAR 52.232-39 – Unenforceability of Unauthorized Obligations
FAR 52.232-40 – Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-1 – Disputes
FAR 52.233-3 – Protest After Award
FAR 52.233-4 – Applicable Law for Breach of Contract Claim
FAR 52.243-1 – Changes-Fixed Price
FAR 52.249-1 – Termination for Convenience of the Government (Fixed-Price) (Short Form)
FAR 52.252-1 – Solicitation Provisions Incorporated by Reference
FAR 52.252-2 – Clauses Incorporated by Reference
DFARS 252.203-7000 – Requirement Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 – Requirements to Inform Employees of Whistleblower Rights
DFARS 252.203-7005 – Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7003 – Control of Government Personnel Work Product
DFARS 252.204-7004 – Antiterrorism Awareness Training for Contractors
DFARS 252.204-7009 – Limitation on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information
DFARS 252.204-7015 – Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation
DFARS 252.204-7018 – Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
DFARS 252.204-7024 – Notice on the Use of the Supplier Performance Risk System (SPRS)
DFARS 252.209-7999 – Representation by Corporations Regarding Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law
DFARS 252.225-7048 – Export-controlled Items
DFARS 252.225-7055 – Representation Regarding Business Operations with the Maduro Regime
DFARS 252.225-7056 – Prohibition Regarding Business Operations with the Maduro Regime
DFARS 252.232-7003 – Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006 – Wide Area WorkFlow Payment Instructions
DFARS 252.232-7010 – Levies on Contract Payments
DFARS 252.239-7017 – Notice of Supply Chain Risk
DFARS 252.239-7018 – Supply Chain Risk
DFARS 252.243-7001 – Pricing of Contract Modifications
DFARS 252.244-7000 – Subcontracts for Commercial Items
DFARS 252.247-7023 – Transportation of Supplies by Sea
FAR 52.252-2 – Clauses Incorporated by Reference. 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 full text available. Also, the full text of a clause may be accessed electronically at: HTTPS://WWW.ACQUISITION.GOV.