Advanced Data Processing and Management
Agency: | |
---|---|
State: | Arizona |
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159149247746014 |
Posted Date: | Jan 11, 2024 |
Due Date: | |
Source: | Members Only |
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).
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
- Updated Published Date: Jan 11, 2024 03:41 pm MST
- Original Published Date:
- Requirements Strategy:
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Feb 06, 2024
- Original Inactive Date:
- Authority:
- Fair Opportunity / Limited Sources Justification Authority:
-
Initiative:
- None
- Original Set Aside:
- Updated Set Aside:
- Product Service Code:
-
NAICS Code:
-
Place of Performance:
Yuma Proving Ground , AZ 85365USA
AMENDMENT 0001
Combined Synopsis Solicitation: Advanced Data Processing and Management
Response Date: 22 January 2024 at 1:00 PM MST
Solicitation No: W9124R24R0003
This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included within this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-06, Effective 14 November 2023 and Defense Federal Regulation Supplement (DFARS), current to 20231030 (Effective 30 October 2023) Edition. The required services are commercial in nature and meet the definition of commercial service in FAR Part 2.101. In Accordance With (IAW) FAR 13.5, the Government is using FAR Part 13 Simplified Acquisition Procedures. Offerors that fail to furnish required representation or technical information as required by FAR provisions 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at https://www.acquisition.gov. All responding vendors must be actively registered with the System for Award Management (SAM) prior to award of contract. Information to register in SAM can be found at https://www.sam.gov.
This solicitation is being issued as a Request for Quotations (RFQ) under Solicitation Number W9124R24R0003, which will result in a single-award, Firm Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a five-year ordering period. The ordering period will consist of one (1) base year, and four (4) out years. This requirement will be 100% Small Business Set -Aside. The North American Industry Classification System (NAICS) code is 518210- Data Processing, Hosting, and Related Services with a size standard of $40 million. Award will be made on an all or none basis. An offeror must quote on all items in this solicitation to be eligible for award. This Request for Quote (RFQ) does not commit the Government to pay, as a direct charge, any costs incurred in the preparation and submission of a quote. Additionally, NO hard copies or CDs will be accepted.
The United States Army Yuma Proving Ground (USAYPG), Yuma, Arizona is requesting quotes for a non-personal service contract to develop custom software and interfaces that will allow for advanced test instrumentation, data processing and data management capabilities at U.S. Army YPG that utilize modern technologies of Artificial Intelligence (AI), Machine Learning (ML) system navigation, system modeling, big data analytics, and cloud deployment.
Instructions To Offerors:
- Offerors shall adhere to all requirements of this solicitation and attachments.
- Offerors shall complete Attachment 2 – Price Schedule.
- Offerors shall address all of the technical requirements on Attachment 3 – Technical Requirements and demonstrate their capability of meeting the requirements.
- Attachment 5 is the Statement of Objectives (SOO) for the first task order (TO) that will be issued. Offerors are required to respond with a Performance Work Statement (PWS), Performance Requirements Summary (PRS), Quality Assurance Plan (QASP), and quote to be considered for award. The SOO identifies the type of work the contractor can expect under this contract. It is the Government’s intent to award this task order at time of contract award.
- Offerors shall complete the Attachment 6 SF1449 to include the Price Amount for all Contract Line Item Numbers (CLINs).
- Offerors shall complete Attachment 7 – DD254 and submit with their offer.
Award will be made on a Lowest Price/Technically Acceptable (LPTA) basis. The lowest priced quote shall be determined based upon the lowest priced SF1449 Attachment 6 that the Government has determined to be technically acceptable. Tradeoffs are not permitted. Offerors must provide the Price Amount for all Contract Line Item Numbers (CLINs) identified in Attachment 6 – SF1449. Quotes shall conform to the Contract Line Item Number (CLIN) Structure identified in Attachment 2 – Price Schedule. Payment will be made through Wide Area Work Flow (WAWF). Offerors shall account for any costs associated with accepting payment. Shipping and taxes (if applicable) shall be incorporated into the proposed price. Arizona vendors are to include the Arizona Privilege Tax. Delivery shall be made to United States Army Yuma Proving Ground (USAYPG), AZ 85365- 9498 with FOB Destination.
All technical questions are due by 8 January 2024 at 1:00 PM MST.
All quotes are due by 22 January 2024 at 1:00 PM MST. The Offeror’s proposal shall be submitted electronically via email. All inquiries shall be clearly marked with solicitation W9124R24R0003 and sent by email to Monica Gehrer at monica.j.gehrer.civ@mail.mil and Teresa Dinwiddie at teresa.v.dinwiddie.civ@army.mil.
Quotes are due by 1:00 PM (MST), 22 January 2024.
.
As a minimum, offerors shall include the following information:
(1) Company name, address, Unique Entity ID (UEI), Cage Number, and Tax Identification Number (TIN);
(2) POC with telephone and facsimile numbers and email address;
(3) Proposed price, Arizona vendors are to include the Arizona Transaction Privilege Tax; and
(4) Acknowledgment of Solicitation Amendments.
Attachments:
Attachment 1 – Performance Work Statement (PWS)
Attachment 2 – Price Schedule_Rv1
Attachment 3 – Technical Requirements
Attachment 4 – Wage Determination
Attachment 5 – Task Order 1 Statement of Objectives
Attachment 6 – SF1449_Rv1
Attachment 7 – DD254
- Monica Gehrer
- monica.j.gehrer.civ@army.mil
- Phone Number 9283282978
- Fax Number 9283286534
- Teresa Dinwiddie
- Teresa.v.dinwiddie.civ@army.mil
- Phone Number 9283282357
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.