Utah Bids > Bid Detail

SOLE SOURCE - AUTOCRIB SOFTWARE SERVICES

Agency:
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159195122521919
Posted Date: Jan 24, 2024
Due Date: Feb 8, 2024
Source: https://sam.gov/opp/f8f6230947...
Follow
SOLE SOURCE - AUTOCRIB SOFTWARE SERVICES
Active
Contract Opportunity
Notice ID
FA8227-24-Q-CRIB
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE SUSTAINMENT CENTER
Office
FA8227 AIR FORCE MATERIEL COMMAND OL H PZIMB
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jan 24, 2024 12:21 pm MST
  • Original Date Offers Due: Feb 08, 2024 03:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DA01 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:
    Hill AFB , UT 84056
    USA
Description

Combined Synopsis/Solicitation

» Blanket Purchase Agreement (BPA) for Autocrib Software Services «

SOLE SOURCE TO IDSC HOLDINGS LLC



(i) This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued.



(ii) Solicitation Number: FA8227-24-Q-CRIB

This solicitation is issued as a Request For Quotation (RFQ).



(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2024-02.



(iv)

Contracting Officer's Business Size Selection SOLE SOURCE

NAICS Code 541511

Small Business Size Standard $34,000,000.00



(v) Description of item(s) to be acquired:



The 309 Maintenance Production Support Group at Hill Air Force Base has a sole source requirement for a service contract for the Autocrib cloud-based data storage and maintenance to include updates, upgrades, troubleshooting, problem resolution, parts and support for standard and custom Crystal Reports of the AutoCrib software system known as Arcturus. This will be a five (5) year Blanket Purchase Agreement (BPA).



(vi) Delivery and place:



• FOB Destination delivery terms shall apply to all orders.

• est. 21 March 2024 – 20 March 2029



(vii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1500 MT, 08 February 2024, via electronic mail to david.padgett@us.af.mil

a. Provide Cage code when submitting offer

b. Must be registered in SAM

c. All offerors must submit a completed copy of the attached Price List. The copy must be submitted in an editable MS Excel format.



(viii) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition and a statement regarding any addenda to the clause.



(ix) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019)



OTHER FAR CLAUSES AND PROVISIONS

52.204-7 System for Award Management

52.204-13 System for Award Management Maintenance

52.204-16 Commercial and Government Entity Code Reporting

52.204-18 Commercial and Government Entity Code Maintenance

52.204-19 Incorporation by Reference of Representations and Certifications

52.204-22 Alternative Line Item Proposal

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities.

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

52.204-27 Prohibition on a ByteDance Covered Application.

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

52.222-3 Convict Labor

52.222-19 Child Labor—Cooperation with Authorities and Remedies

52.222-35 Equal Opportunity for Veterans

52.222-36 Equal Opportunity for Workers with Disabilities

52.222-37 Employment Reports on Veterans

52.222-41 Service Contract Labor Standards

52.222-42 Statement of Equivalent Rates for Federal Hires

52.222-50 Combating Trafficking in Persons

52.222-62 Paid Sick Leave Under Executive Order 13706

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving

52.232-33 Payment by Electronic Funds Transfer-System for Award Management.

52.232-36 Payment by Third Party

52.232-39 Unenforceability of Unauthorized Obligations

52.232-40 Providing Accelerated Payments to Small Business Subcontractors

52.233-1 Disputes

52.233-3 Protest After Award

52.233-4 Applicable Law for Breach of Contract Claim

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 Clauses

252.203-7000 Requirements Relating to Compensation of Former DoD Officials

252.203-7002 Requirement to Inform Employees of Whistleblower Rights

252.204-7003 Control of Government Personnel Work Product

252.204-7004 Alternate A, System for Award Management

252.204-7008 Compliance with Safeguarding Covered Defense Information Controls

252.204-7011 Alternative Line Item Structure

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.

252.232-7006 Wide Area WorkFlow Payment Instructions.

252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card.

252.232-7010 Levies on Contract Payments

252.243-7001 Pricing of Contract Modifications

252.244-7000 Subcontracts for Commercial Item

5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS)

5352.201-9101 Ombudsman

"(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Melinda M. Schmidt; Hill Ombudsman/Competition Advocate; melinda.schmidt@us.af.mil; 801-777-6549; OL_H AFSC/PZC. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.

(d) The ombudsman has no authority to render a decision that binds the agency.

(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer."

(end of clause)



(x) Additional Contract Requirement or Terms and Conditions:



Blanket Purchase Agreement Details:



(1) Description of agreement.



Orders will not exceed a limit of $25,000.00 and will utilize the Government Purchase Card (GPC) as payment. The agreement will be for a period of five years following execution of the agreement, and price lists will be updated annually.



(2) The Government is obligated only to the extent of authorized purchases actually made under the BPA.



(3) Purchase limitation. A dollar limitation of $25,000 for each individual purchase under the BPA shall apply



(4) A memorandum identifying the individuals authorized to purchase under the BPA and the dollar limitation per purchase for each individual shall be furnished to the supplier by the contracting officer.



(5) Delivery tickets. All shipments under the agreement shall be accompanied by delivery tickets or sales slips that shall contain the following minimum information:



(i) Name of supplier.

(ii) BPA number.

(iii) Date of purchase.

(iv) Purchase number.

(v) Itemized list of supplies or services furnished.

(vi) Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information).

(vii) Date of delivery or shipment.



(6) Invoices. A summary invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period, identifying the delivery tickets covered therein, stating their total dollar value, and supported by receipt copies of the delivery tickets.



(xi) Defense Priorities and Allocations System (DPAS):

N/A



(xii) Proposal Submission Information:

All questions or comments must be sent to David “Nick” Padgett by email at david.padgett@us.af.mil, NLT 1500 MT, 31 January 2024. Offers are due by 1500 MT, 08 February 2024, via electronic mail to david.padgett@us.af.mil.

Notice to Offerors:

The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.

This solicitation incorporates one or more clauses and/or provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):



http://farsite.hill.af.mil



Attachments:

• Performance Work Statement

• Sole Source Justification

• Price List

• Contract Data Requirements Lists (CDRLs) A001-A005


Attachments/Links
Contact Information
Contracting Office Address
  • CP 801-586-8482 6038 ASPEN AVE BLDG 1289
  • HILL AFB , UT 84056-5805
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 24, 2024 12:21 pm MSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >