Solicitation Specifically Said That TEIS IV
Total Page:16
File Type:pdf, Size:1020Kb
1. This Contract Is A Rated Order Under Rating Page of Pages SOLICITATION, OFFER AND AWARD DPAS (15 CFR 700) DOA7 1 142 2. Contract Number 3. Solicitation Number 4. Type of Solicitation 5. Date Issued 6. Requisition/Purchase Number W9128Z-20-R-0001 Sealed Bid (IFB) 2019NOV20 SEE SCHEDULE X Negotiated (RFP) 7. Issued By Code W9128Z 8. Address Offer To (If Other Than Item 7) ACC-APG HUACHUCA DIVISION CCAP-CCH 2133 CUSHING STREET FORT HUACHUCA, AZ 85613-1190 NOTE: In sealed bid solicitations ‘offer’ and ‘offeror’ mean ‘bid’ and ‘bidder’. SOLICITATION 9. Sealed offers in original and copies for furnishing the supplies or services in the Schedule will be received at the place specified in item 8, or if handcarried, in the depository located in until 04:00pm (hour) local time 2019DEC30 (Date). Caution - Late Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and conditions contained in this solicitation. 10. For Information A. Name B. Telephone (No Collect Calls) C. E-mail Address Call: ADELINA KOSTUR Area Code Number Ext. [email protected] (520)538-6404 11. Table Of Contents (X) Sec. Description Page(s) (X) Sec. Description Page(s) Part I - The Schedule Part II - Contract Clauses X A Solicitation/Contract Form 1 X I Contract Clauses 47 X B Supplies or Services and Prices/Costs 4 Part III - List Of Documents, Exhibits, And Other Attach. X C Description/Specs./Work Statement 10 X J List of Attachments 108 X D Packaging and Marking 11 Part IV - Representations And Instructions X E Inspection and Acceptance 13 K Representations, Certifications, and X 110 X F Deliveries or Performance 14 Other Statements of Offerors X G Contract Administration Data 19 X L Instrs., Conds., and Notices to Offerors 119 X H Special Contract Requirements 23 X M Evaluation Factors for Award 136 OFFER (Must be fully completed by offeror) NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period. 12. In compliance with the above, the undersigned agrees, if this offer is accepted within _____ calendar days (60 calendar days unless a different period is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule. 13. Discount For Prompt Payment 10 Calendar Days (%) 20 Calendar Days (%) 30 Calendar Days (%) Calendar Days (%) (See Section I, Clause No. 52.232-8) 14. Acknowledgment of Amendments (The offeror acknowledges Amendment No. Date Amendment No. Date receipt of amendments to the SOLICITATION for offerors and related documents numbered and dated): 15A. Name and Code Facility 16. Name and Title of Person Authorized to Sign Offer Address of (Type or Print) Offeror 15B. Telephone Number 15C. Check if Remittance Address is 17. Signature 18. Offer Date Area Code Number Ext. Different From Above – Enter such Address In Schedule AWARD (To be completed by Government) 19. Accepted As To Items Numbered 20. Amount 21. Accounting And Appropriation 22. Authority For Using Other Than Full And Open Competition: 23. Submit Invoices To Address Shown In Item 10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( ) (4 copies unless otherwise specified) 25 24. Administered By (If other than Item 7) Code 25. Payment Will Be Made By Code 26. Name of Contracting Officer (Type or Print) 27. United States Of America 28. Award Date (Signature of Contracting Officer) IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice. AUTHORIZED FOR LOCAL REPRODUCTION Standard Form 33 (Rev. 9-97) Previous edition is unusable Prescribed By GSA-FAR (48 CFR) 53.214(c) Reference No. of Document Being Continued Page 2 of 142 CONTINUATION SHEET W9128Z-20-R-0001 PIIN/SIIN MOD/AMD Name of Offeror or Contractor: SECTION A - SUPPLEMENTAL INFORMATION Buyer Name: ADELINA KOSTUR Buyer Office Symbol/Telephone Number: CCAP-CCH/(520)538-6404 Type of Contract 1: Cost Plus Fixed Fee Type of Contract 2: Firm Fixed Price Kind of Contract: Service Contracts *** End of Narrative A0000 *** A-1 EXECUTIVE SUMMARY 1. Description_____________________________________________________ of the Item(s)/Service(s) being Procured: The Total Engineering and Integration Services (TEIS) IV program provides for information systems engineering and information technology support services to United States Army Information Systems Engineering Command (USAISEC). The services will include engineering related activities in support of all aspects of information and communication systems. 2. Program_________________________ Objectives/Needs: TEIS IV support will be required for the full life cycle of USAISEC projects to include planning, design, development, engineering, implementation, procurement, logistics, evaluation, test, sustainment, and ancillary services. Worldwide support is required. The majority of the worldwide support will occur in locations that are secure and have adequate infrastructure; however, worldwide support may also include areas with challenging environments including remote locations, and sometimes hostile locations with little to no infrastructure. Work in highly secure facilities involving the highest level clearances may be required. 3. Delivery__________________ Schedule: To be determined on each Task Order. 4. Type_________________ of Contract: The Government intends to make up to five awards, inclusive of up to two awards reserved for small business concerns, through full and open competition to those Offerors whose proposals represent the best value to the Government. The resulting TEIS IV multiple-award (MA) Indefinite Delivery/Indefinite Quantity (IDIQ) contracts will have a five (5) year base ordering period and a five (5) year option ordering period under which the selected sources will compete for Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) contract types. The maximum value of these contracts is $800 million. Orders will be issued in accordance with Federal Acquisition Regulation (FAR) 16.505 Ordering. 5. Format_______________________ of the Contract: The contract format will consist of FFP, CPFF CLINS/SLINs. Efforts for services which cannot be fixed- priced at the time of Task Order award may be performed on a CPFF basis. Services will be performed as specified under awarded task orders. The Government expects FFP to be about 35% of the contract value, and CPFF to be about 65% of the contract value. 6. Proposal____________________ Submission: The Offeror's proposal shall be submitted in accordance to section L.16.1. The Offeror's proposal shall consist of five volumes. The volumes are: 1 - General 2 - Technical Factor 3 - Past Performance Factor 4 - Cost/Price Factor 5 - Small Business Participation Factor 7. Unusual/Specific____________________________________________ Aspects of the Acquisition: There are classified aspects of this acquisition. The Contractor(s) selected as a result of this RFP must possess the requisite clearances set forth in the DD Form 254, attached in Section J. 8. Source_____________________________ Selection Methodology: The TEIS IV acquisition will be conducted under Full and Open Competition using the Best Value process as set forth in Section M. 9. Negotiated________________________ Procurements: In accordance with FAR 52.215-1, Instructions to Offerors-Competitive Acquisition, the Government intends to evaluate and award contracts resulting from this solicitation without discussions. However, the Government reserves the right to conduct discussions if the Contracting Officer determines them to be necessary. 10. The Government reserves the right to incorporate all or part of an Offeror's proposal into the resultant contract. Portions of an offeror's proposal that are incorporated into the resulting contract shall be deemed to have been drafted by the cognizant Offeror. 11. Offerors will be required, in accordance with Section L, to propose a Small Business Subcontracting Plan, small business participation documentation, and a Small Business Participation Commitment Document to address how they intend to meet small business minimum quantitative requirements and small business subcontracting goals. Reference No. of Document Being Continued Page 3 of 142 CONTINUATION SHEET W9128Z-20-R-0001 PIIN/SIIN MOD/AMD Name of Offeror or Contractor: 12. Offerors shall ensure that any proposed Contractor joint ventures/teaming arrangements are in compliance with the requirements of the FAR, to include FAR Subpart 9.6. Offerors are reminded that Contractor joint ventures teaming arrangements must not violate any anti-trust statutes. 13. The Government does not intend to use non-Government advisors (support Contractors) to assist in the evaluation of proposals submitted in response to this solicitation. 14. Disclaimer:___________ This Executive Summary has been prepared as an aid to potential offerors. Every attempt has been made to accurately reflect the requirements/information contained in the solicitation. However, if discrepancies are found between the Executive Summary and the clauses/provisions contained in the solicitation, the clauses/provisions contained in the solicitation shall prevail. Please contact the Contract Specialist identified in Block 10 of the SF33 if any discrepancies are found. *** END OF NARRATIVE A0001 *** Reference No. of Document Being Continued Page 4 of 142 CONTINUATION SHEET W9128Z-20-R-0001 PIIN/SIIN MOD/AMD Name of Offeror or Contractor: SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS B-1 CONTRACT MAXIMUM/MINIMUM TASK ORDER CEILING 1. In accordance with Section I, Clause 52.216-22 entitled "Indefinite Quantity", the MAXIMUM contract ceiling under the TEIS IV program is $800 Million. The cumulative value of all TEIS IV Contracts, which includes all Task Orders issued under the suite of contracts, shall not exceed $800 Million. 2. In accordance with Section I, Clause 52.216-22 entitled "Indefinite Quantity", the MIMIMUM guaranteed value under this Contract is $50,000.00. B-2 SCHEDULE B DESCRIPTION AND INSTRUCTIONS.