Website/mobile App production

expired opportunity(Expired)
From: Federal Government(Federal)
W912TF-19-Q-0016

Basic Details

started - 01 Aug, 2019 (about 4 years ago)

Start Date

01 Aug, 2019 (about 4 years ago)
due - 23 Aug, 2019 (about 4 years ago)

Due Date

23 Aug, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
W912TF-19-Q-0016

Identifier

W912TF-19-Q-0016
Department of the Army

Customer / Agency

DEPT OF DEFENSE (698588)DEPT OF THE ARMY (131665)NGB (17276)W7NN USPFO ACTIVITY NH ARNG (164)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

  This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.  The solicitation number is W912TF-19-Q-0016, and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 519130 - Internet Publishing and Broadcasting and Web Search Portals, with a small business size standard of 1,000 employees.  This requirement is 100% set-aside for small business, and only qualified vendors may submit quotes.  The New Hampshire National Guard intends to award a Firm Fixed Price contract for 
the below CLINs and Options to meet the requirement.  The Performance Work Statement provides details on each CLIN: Base YearCLIN/DescriptionQTYUNITUNIT PRICEAMOUNTCLIN 0001: Produce a Website 1JOB  CLIN 0002: Produce a Mobile Application1JOB  CLIN 0003: Contract Manpower Reporting Application 1JOB  CLIN 0004: Travel(Cost reimbursement)1JOB  Option Year 1CLIN 1001: Website Management and Maintenance1JOB  CLIN 1002: Mobile Application Management and Maintenance1JOB  CLIN 1003: Contract Manpower Reporting Application 1JOB  CLIN 1004: Travel(Cost reimbursement)1JOB  Option Year 2CLIN 2001: Website Management and Maintenance1JOB  CLIN 2002: Mobile Application Management and Maintenance1JOB  CLIN 2003: Contract Manpower Reporting Application 1JOB  CLIN 2004: Travel(Cost reimbursement)1JOB  Option Year 3CLIN 3001: Website Management and Maintenance1JOB  CLIN 3002: Mobile Application Management and Maintenance1JOB  CLIN 3003: Contract Manpower Reporting Application 1JOB  CLIN 3004: Travel(Cost reimbursement)1JOB  Option Year 4CLIN 4001: Website Management and Maintenance1JOB  CLIN 4002: Mobile Application Management and Maintenance1JOB  CLIN 4003: Contract Manpower Reporting Application 1JOB  CLIN 4004: Travel(Cost reimbursement)1JOB      Period of Performance:  Base Year: One year from Contract AwardOption Year 1: One year of Services Option Year 2: One year of Services Option Year 3: One year of Services Option Year 4: One year of Services Request of Informaiton:Due:  13AUG19 by 5:00 p.m. EasternGovernment Responce: 16AUG19 by 5:00 p.m. EasternThe subject of your email must include your company's legal name, state the nature of your email and include the Solicitation Number W912TF-19-Q-0016. For example, the subject of your email should be similar to the following:Quote_Company XXXXX_W912TF-19-Q-0016RFI_Company XXXXX_W912TF-19-Q-0016 The Government intends to evaluate offers and award a contract without discussions 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 discussions 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.  This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. Wage Determination: Wage determination is based off contractor location.  All wage determinations are IAW Service Contract Act.  Search you wage determination here: https://beta.sam.gov/search?index=wd&keywords=&sort=-modifiedDate&wdType=sca&page=1  The selected offeror must comply with the following provisions and clauses. 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 201752.204-7 System for Award Management OCT 201852.204-9 Personal Identity Verification of Contractor Personnel JAN 201152.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 201852.204-13 System for Award Management Maintenance OCT 201852.204-16 Commercial and Government Entity Code Reporting JUL 201652.204-17 Ownership or Control of Offeror JUL 201652.204-18 Commercial and Government Entity Code Maintenance JUL 201652.204-19 Incorporation by Reference of Representations and Certifications. DEC 201452.204-20 Predecessor of Offeror JUL 201652.204-22 Alternative Line Item Proposal JAN 201752.209-6 Protecting the Government's Interest When SubcontractingWith Contractors Debarred, Suspended, or Proposed for Debarment OCT 201552.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 201552.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FEB 201652.212-3 Offeror Representations and Certifications-Commercial Items--Alternate I52.217-5 Evaluation of Options52.219-6 (Dev) Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003). DEC 201852.219-28 Post-Award Small Business Program Representation JUL 201352.222-3 Convict Labor JUN 200352.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 201852.222-21 Prohibition Of Segregated Facilities APR 201552.222-26 Equal Opportunity SEP 201652.222-41 Service Contract Labor Standards AUG 201852.222-50 Combating Trafficking in Persons MAR 201552.222-55 Minimum Wages Under Executive Order 13658 DEC 201552.222-62 Paid Sick Leave Under Executive Order 13706 JAN 201752.223-5 Pollution Prevention and Right-to-Know Information MAY 201152.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 201152.225-13 Restrictions on Certain Foreign Purchases JUN 200852.225-25 Prohibition on Contracting with Entities Engaging in CertainActivities or Transactions Relating to Iran-Representation and Certifications.  AUG 201852.232-33 Payment by Electronic Funds Transfer--System for Award Management OCT 201852.232-39 Unenforceability of Unauthorized Obligations JUN 201352.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 201352.233-3 Protest After Award AUG 199652.233-4 Applicable Law for Breach of Contract Claim OCT 200452.247-34 F.O.B. Destination NOV 1991252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011252.204-7003 Control Of Government Personnel Work Product APR 1992252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016252.225-7048 Export-Controlled Items JUN 2013252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018252.232-7010 Levies on Contract Payments DEC 2006252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013252.239.7001 INFORMATION ASSURANCE CONTRACTOR TRAINING AND CERTIFICATION252.244-7000 Subcontracts for Commercial Items JUN 2013252.247-7023 Transportation of Supplies by Sea APR 2014CLAUSES INCORPORATED BY FULL TEXT52.252-3 ALTERATIONS IN SOLICITATIONS (APR 1984)Portions of this solicitation are altered as follows:52.212-1 Instruction to Offerors - Commercial Items52.212-2 Evaluations of Commercial Items 52.212-1 -- Instructions to Quoters -- Commercial Items. As prescribed in 12.301(b)(1), insert the following provision:Instructions to Quoters -- Commercial Items (Oct 2018)(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show --(1) The solicitation number;(2) The name, address, telephone number, Cage Code, Tax Identification Number, of the quoter;(3) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;(4) Terms of any express warranty;(5) Price and any discount terms;(6) A completed copy of the representations and certifications at FAR 52.212-3 (7) Acknowledgment of Solicitation Amendments;(8) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The quoter agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Quoters are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) quoters are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.(2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or(C) If this solicitation is a request for proposals, it was the only proposal received.(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an quoters or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with quoters. Therefore, the quoter's initial offer should contain the quoter's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions 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.  (h) Debriefing. If a post-award debriefing is given to requesting quoters, the Government shall disclose the following information, if applicable:(1) The agency's evaluation of the significant weak or deficient factors in the debriefed quoter's offer.(2) The overall evaluated cost or price and technical rating of the successful and debriefed quoter and past performance information on the debriefed quoter . (3) The overall ranking of all quoters, when any ranking was developed by the agency during source selection.(4) A summary of rationale for award;(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful quoter.(6) Reasonable responses to relevant questions posed by the debriefed quoter as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.(End of Provision) 52.212-2 -- Evaluation -- Commercial Items. Is replace in its entirety by this addendumAs prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items  (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quotation 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.    Price•a.    All CLIN and Option CLINS are individually priced•b.    All prices are reasonable •2.    Technical •a.    All CLIN and Option CLINS meet or exceed the Government PWS  Provide Capability Statement  Provide a tailor response to PWS on how you can meet the requirement. •3.    Past Performance•a.    evaluation of quoters past performance history will be pulled from PPIRS•b.    Provide three (3) relevant Contract with a Point of Contact on past performance for the Government.  Non-government contracts can be accepted.  Technical and Past Performance when combined are greater than 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).Base Year, plus 4 Options Years (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful quoter 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.(End of Provision)  

1 Minuteman Way Concord, New Hampshire 03301 United StatesLocation

Place Of Performance : 1 Minuteman Way

Country : United States

You may also like

COMMUNITY INFORMATION SYSTEM (CIS) SUPPORT

Due: 04 May, 2026 (in about 2 years)Agency: FEDERAL EMERGENCY MANAGEMENT AGENCY

WEBSITE REDESIGN AND DEVELOPMENT SERVICES

Due: 20 Sep, 2024 (in 5 months)Agency: NATIONAL INSTITUTES OF HEALTH

UNCOVERING THE MOST POWERFUL JETS THROUGH COSMIC TIME

Due: 28 Feb, 2025 (in 11 months)Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

519 -- Other Information Services/519130 -- Internet Publishing and Broadcasting and Web Search Portals
naicsCode 519130
pscCode DIT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS