only in accordance with the approved Terms and Conditions of their respective contract AND approval from the soliciting contracting officer.
This requirement is a [ 8a Competitive ] set-aside and only qualified offerors may submit bids.The solicitation pricing on
www.FedBid.com will start on the date this solicitation is posted and will end on 2018-05-29 17:00:00.0 Eastern Time or as otherwise displayed at
www.FedBid.com.FOB Destination shall be Washington, DC 20052.
The Department of State requires the following items, Meet or Exceed, to the following:
Base Period of Performance: 08/17/2018 - 08/16/2019
LI 001: CLIN 0001: Program Management and Support Services (FFP)
Program Manager
Project Manager
Please see Attachments, 1, EA;
LI 002: CLIN 0002: Transition (FFP)
Transition Manager
Please see Attachments, 1, EA;
LI 003: CLIN 0003: Operations and Maintenance (O&M) (T&M) Submit total cost for all of the following roles as one lump sum.
Senior IT Analyst
Programmer Analyst III
Programmer Analyst II
DBA Analyst III
DBA Analyst II
Master IT Specialist
Senior Functional Analyst
QA Manager
QA Engineer
Please see Attachments, 1, EA;
LI 004: CLIN 0004: Tier III
Support (T&M) Submit total cost for all of the following roles as one lump sum.
Senior IT Analyst
Programmer Analyst III
Programmer Analyst II
DBA Analyst III
DBA Analyst II
Master IT Specialist
Senior Functional Analyst
QA Manager
QA Engineer
Please see Attachments, 1, EA;
LI 005: CLIN 0005: Enhancements (T&M) Submit total cost for all of the following roles as one lump sum.
Senior IT Analyst
Programmer Analyst III
Programmer Analyst II
DBA Analyst III
DBA Analyst II
Master IT Specialist
Senior Functional Analyst
QA Manager
QA Engineer
Please see Attachments, 1, EA;
LI 006: CLIN 0006: Other Direct Costs (ODC) (CR)
Travel (CR)
Please see Attachments, 1, EA;
Option 1 Period of Performance: 08/17/2019 - 08/16/2020
LI 001: CLIN 0001: Program Management and Support Services (FFP)
Program Manager
Project Manager, 1, EA;
LI 002: CLIN 0002: Transition (FFP)
Transition Manager, 1, EA;
LI 003: CLIN 0003: Operations and Maintenance (O&M) (T&M) Submit total cost for all of the following roles as one lump sum.
Senior IT Analyst
Programmer Analyst III
Programmer Analyst II
DBA Analyst III
DBA Analyst II
Master IT Specialist
Senior Functional Analyst
QA Manager
QA Engineer, 1, EA;
LI 004: CLIN 0004: Tier III
Support (T&M) Submit total cost for all of the following roles as one lump sum.
Senior IT Analyst
Programmer Analyst III
Programmer Analyst II
DBA Analyst III
DBA Analyst II
Master IT Specialist
Senior Functional Analyst
QA Manager
QA Engineer, 1, EA;
LI 005: CLIN 0005: Enhancements (T&M) Submit total cost for all of the following roles as one lump sum.
Senior IT Analyst
Programmer Analyst III
Programmer Analyst II
DBA Analyst III
DBA Analyst II
Master IT Specialist
Senior Functional Analyst
QA Manager
QA Engineer, 1, EA;
LI 006: CLIN 0006: Other Direct Costs (ODC) (CR)
Travel (CR), 1, EA;
Option 2 Period of Performance: 08/17/2020 - 08/16/2021
LI 001: CLIN 0001: Program Management and Support Services (FFP)
Program Manager
Project Manager, 1, EA;
LI 002: CLIN 0002: Transition (FFP)
Transition Manager, 1, EA;
LI 003: CLIN 0003: Operations and Maintenance (O&M) (T&M) Submit total cost for all of the following roles as one lump sum.
Senior IT Analyst
Programmer Analyst III
Programmer Analyst II
DBA Analyst III
DBA Analyst II
Master IT Specialist
Senior Functional Analyst
QA Manager
QA Engineer, 1, EA;
LI 004: CLIN 0004: Tier III
Support (T&M) Submit total cost for all of the following roles as one lump sum.
Senior IT Analyst
Programmer Analyst III
Programmer Analyst II
DBA Analyst III
DBA Analyst II
Master IT Specialist
Senior Functional Analyst
QA Manager
QA Engineer, 1, EA;
LI 005: CLIN 0005: Enhancements (T&M) Submit total cost for all of the following roles as one lump sum.
Senior IT Analyst
Programmer Analyst III
Programmer Analyst II
DBA Analyst III
DBA Analyst II
Master IT Specialist
Senior Functional Analyst
QA Manager
QA Engineer, 1, EA;
LI 006: CLIN 0006: Other Direct Costs (ODC) (CR)
Travel (CR), 1, EA;
Option 3 Period of Performance: 08/17/2021 - 08/16/2022
LI 001: CLIN 0001: Program Management and Support Services (FFP)
Program Manager
Project Manager, 1, EA;
LI 002: CLIN 0002: Transition (FFP)
Transition Manager, 1, EA;
LI 003: CLIN 0003: Operations and Maintenance (O&M) (T&M) Submit total cost for all of the following roles as one lump sum.
Senior IT Analyst
Programmer Analyst III
Programmer Analyst II
DBA Analyst III
DBA Analyst II
Master IT Specialist
Senior Functional Analyst
QA Manager
QA Engineer, 1, EA;
LI 004: CLIN 0004: Tier III
Support (T&M) Submit total cost for all of the following roles as one lump sum.
Senior IT Analyst
Programmer Analyst III
Programmer Analyst II
DBA Analyst III
DBA Analyst II
Master IT Specialist
Senior Functional Analyst
QA Manager
QA Engineer, 1, EA;
LI 005: CLIN 0005: Enhancements (T&M) Submit total cost for all of the following roles as one lump sum.
Senior IT Analyst
Programmer Analyst III
Programmer Analyst II
DBA Analyst III
DBA Analyst II
Master IT Specialist
Senior Functional Analyst
QA Manager
QA Engineer, 1, EA;
LI 006: CLIN 0006: Other Direct Costs (ODC) (CR)
Travel (CR), 1, EA;
Option 4 Period of Performance: 08/17/2022 - 08/16/2023
LI 001: CLIN 0001: Program Management and Support Services (FFP)
Program Manager
Project Manager, 1, EA;
LI 002: CLIN 0002: Transition (FFP)
Transition Manager, 1, EA;
LI 003: CLIN 0003: Operations and Maintenance (O&M) (T&M) Submit total cost for all of the following roles as one lump sum.
Senior IT Analyst
Programmer Analyst III
Programmer Analyst II
DBA Analyst III
DBA Analyst II
Master IT Specialist
Senior Functional Analyst
QA Manager
QA Engineer, 1, EA;
LI 004: CLIN 0004: Tier III
Support (T&M) Submit total cost for all of the following roles as one lump sum.
Senior IT Analyst
Programmer Analyst III
Programmer Analyst II
DBA Analyst III
DBA Analyst II
Master IT Specialist
Senior Functional Analyst
QA Manager
QA Engineer, 1, EA;
LI 005: CLIN 0005: Enhancements (T&M) Submit total cost for all of the following roles as one lump sum.
Senior IT Analyst
Programmer Analyst III
Programmer Analyst II
DBA Analyst III
DBA Analyst II
Master IT Specialist
Senior Functional Analyst
QA Manager
QA Engineer, 1, EA;
LI 006: CLIN 0006: Other Direct Costs (ODC) (CR)
Travel (CR), 1, EA;
Solicitation and Buy Attachments***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at
www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***
For this solicitation, Department of State intends to document bids online to be facilitated by the third-party Marketplace, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to document pricing. Offerors may submit bids during the specified period of time. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at
www.FedBid.com. There is no cost to register, review procurement data or make a bid on
www.FedBid.com.Sellers that are not currently registered to use
www.FedBid.com should proceed to
www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at
clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on
www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the
www.FedBid.com process or to collude with the intent or effect of hampering the competitive
www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or
clientservices@fedbid.com.
Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Along with Electronic submissions shall be made via email to Todd Paynter at
PaynterMT@state.gov, please upload all electronic submissions documents into FEDBID.
Proposals shall be submitted in an electronic format not later than May 28, 2018, 5:00 p.m. ET.
Offerors shall provide two separate volumes as follows:
Title Volume Number of copies
Technical Proposal I Electronic copy
Business Proposal II Electronic copy
Electronic submissions shall be made via email to Todd Paynter at
PaynterMT@state.gov, and shall include a non-.pdf Word version of the Technical Proposal and a non-.pdf Excel version of the Price Proposal. Additionally, a “sanitized†version of the Price proposal should be submitted in non-.pdf Excel format: this version should display all information except actual dollar amounts, which shall be omitted. This version will be used for evaluation of the technical content of the Price proposal.
Questions should be received via email by 5:00 PM EST, April 27, 2018. Questions received after that date may not be answered prior to the date established for the receipt of proposals. No phone calls will be accepted. Submit all questions in a single email to Mr. Todd Paynter at
PaynterMT@state.govIn addition to providing pricing at
www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation; these can be submitted to
clientservices@fedbid.com.
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at
www.sam.gov. Registration must be "ACTIVE" at the time of award.
All Bids must be valid for 180 days from the closing date for this solicitation. No exceptions or qualifications.
New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturerâ€TMs warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request.
The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturerâ€TMs current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software.
All bid prices must include shipping FOB Destination. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award.
Delivery order awards shall only be made to the firm that has the specified GWAC contract associated with this solicitation. The Government views a team arrangement as a prime and subcontractor relationship with the delivery/task order only being awarded to one GWAC contract holder. To ensure compliance, prior to award the offeror MUST provide written proof from the prime GWAC contract holder that they have the right to offer the items/services from this GWAC contract on behalf of the primary GWAC contract holder; AND a statement that the offeror accepts that the government will make award to the prime GWAC contract holder as the sole awardee and they understand the Government will only accept invoices from and make payments to the prime GWAC contract holder. ATTENTION: Should a solicitation be set aside for a specific socio-economic status, such as a small business, the prime GWAC contract holder must meet the socio-economic requirement in order to be considered for award. This includes but is not limited to all GWACs such as: Alliant, 8(a) STARS II, OASIS, NASA SEWP V, NITAAC, etc.
GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101.
In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.")
Delivery order awards shall only be made to the firm that has the GSA FSS contract awarded to them. The Government views a team arrangement as a prime and subcontractor relationship with the delivery order only being awarded to one GSA FSS holder. To ensure compliance, prior to award the offeror MUST provide written proof from the GSA FSS contract holder that they have the right to offer the GSA schedule items on behalf of the GSA FSS holder; AND a statement that the offeror accepts that the government will make award to the GSA schedule contract holder as the sole awardee and they understand the Government will only accept invoices from and make payments to the GSA FSS contract holder. ATTENTION: Should a solicitation be set aside for a specific socio-economic status, such as a small business, the FSS contract holder must meet the socio-economic requirement in order to be considered for award.
This opportunity is limited to STARS II Constellation II vendors.