Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2002 FBO #0277
SOLICITATION NOTICE

70 -- Etherpage Maintenance Support

Notice Date
9/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Information Systems Agency, White House Communications Agency, White House Communications Agency, 2743 Defense Boulevard, S.W., Anacostia Annex, Washington, DC, 20373-5815
 
ZIP Code
20373-5815
 
Solicitation Number
DCA100-02-T-4084
 
Point of Contact
Richard Beaty, Acquisition Manager, Phone 202 757-5258, Fax 202 757-5264, - Susan Andrews, Acquisition Manager, Phone (202) 757-5254, Fax (202) 757-5264,
 
E-Mail Address
beatyr@ncr.disa.mil, andrewss@ncr.disa.mil
 
Description
This is a combined synopsis/award for commercial items prepared in accordance with the format in 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. Solicitation Number is DCA100-02-T-4084 is being issued as a ?Sole Source? to MobileSys, Inc. Due to proprietary nature of this item, the government intends to solicit and award this purchase order under ?Sole Source? conditions for the following: MobileSys Inc, Annual Etherpage software License and maintenance support. Period of one year from 1 Oct 2002 ? 30 Sep 2003. This solicitation contains 1 line item. FOB point is Anacostia Annex D.C. 20373-5818. This document is being prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation documents, incorporated provisions, and clauses are those in effect through Federal Circular 2001-08. The North American Classification is 541519 and the Size Standard is $18.0 million. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items, applies to this acquisition without addenda. FAR 52.212-2 is not applicable to this acquisition. Offerors must include a completed copy of FAR 52.212-3 Representation and Certifications ? Commercial Items with this offer. FAR 52.212-4, Contract Terms and Conditions- Commercial Items applies to this acquisition without the addenda. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues Executive Orders ? Commercial Items, applies to this acquisition, with the following sub paragraphs selected: (a)(1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest after Award (31 U.S.C. 3553), (b)(11) 52.222-21, Prohibition of Segregated Facilities, (12) 52.222-26, Equal Opportunity (E.O. 11246), (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam era (38 U.S.C. 4212), (14) 52.222-36, Affirmative Action for Workers with Disabilities, (29 U.S.C. 4212), (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), (c) not applicable, (d) applicable as written, (e)(1) 52.222-26, Equal Opportunity (E.O. 11246; (2) 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam era (38 U.S.C. 4212), (3) 52.222-36, Affirmative Action for Workers with Disabilities, (29 U.S.C. 793), and (4) 52.247-64, Preference for Privately-Owned U.S. ? Flag Commercial Vessels (46 U.S.C. 1241)(flown sown not required for subcontract award after 1 May 1996). The following DFARS clauses are also applicable to the subject acquisition: DFARS 252.212-7001 with the following sub-paragraphs selected; (a) applicable as written; (b) DFARS 252.225-7007 Buy American Act-Trade Agreements ? balance of payments Program (41 U.S.C. 2501-2518, and 19 U.S.C. 3301 note); DFARS 252.225-7036 Buy American Act ? North America Free Trade Agreement Implementation Act ? Balance of Payments Programs (41 U.S.C. 10a-10d and U.S.C. note); and DFARS 252.247-7024 Notification of Supplies by Sea (10 U.S.C. 631);applicable as written. DFARS 252.225-7017, Prohibition on Award to Companies Owned by the people?s Republic of China is also included. The vendor must include a standard commercial warranty. DPAS rating for this acquisition is C9B. A purchase order will be ready to award in approximately 7 days after publication subject to start 1 October 2002 subject to ?Availability of funds?. Offers are to be forwarded before 2:00 p.m., Sep 10, 2002, EST, by the following means: Offers may be faxed to 202-757-5264 or emailed to rbeaty@whmo.mil. Any questions on the above may be directed to TSgt Beaty at (202) 757-5258. Please include your business size (i.e., S, SDB, 8(a), WOB, HUBzone, Large) Cage Code, DUNs Number, CCR registration Status, Tax Identification Number, and in accordance with Section 508, your compliance or non-compliance. OFFERORS MUST SUBMIT THEIR QUOTES BASED ON THE INFORMATION PRESENTED HEREIN AND IT IS NOT ANTICIPATED THAT THERE WILL BE ANY RFQ AMENDMENTS. QUOTATIONS MUST BE RECEIVED EITHER BY FAX OR EMAIL. The offeror's standard commercial packing / packaging will be utilized to provide for damage-free shipment and receipt at destination. THE OFFERED PRICE WILL INCLUDE ALL FRIEGHT CHARGES (F.o.b. Destination). Anticipated award date is no later than 12 Sep 2002. The Government intends to award (1) purchase order for the above requirement to the lowest priced offeror who meets all of the requirements stated herein. (a) ?Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) requires Federal agencies acquiring Electronics and information Technology (EIT) to ensure that Federal employees with disabilities have access to and use of information and data that is comparable to the access and use by Federal employees who are not individuals with disabilities. (b) All EIT procured under this contract/order must met the following 36 CFR 1194 accessibility standards. The full text of the accessibility standards is available at: http://www.access-board.gov/sec508/508standards.htm _X_ 1194.21 ? Software Applications and Operating Systems ___1194.22 ? Web Based Intranet and Internet Information and Applications. _X_1194.23 ? Telecommunications Products. ___ 1194.24 ? Video and Multimedia Products. ___ 1194.25 ? Self-Contained, Closed Products. _X_1194.26 ? Desktop and Portable Computers. _X_ 1194.31 ? Functional Performance Criteria (c) The standards do not require the installation of specific accessibility-related software or the attachment of an assertive technology devise(s), but merely require that the EIT be compatible with such software and device(s) so that it can be made accessible if so required in the future. (d) Contractors may propose products or services that result in substantially equivalent or greater access to and use by individuals with disabilities; this is known as equivalent facilitation. The following FAR and DFAR clauses apply: FAR 52.212-4, Contract Terms and Conditions ? Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items FAR 52.222-3, Convict Labor FAR 52.232-17, Interest FAR 52.232-33, Payment by Electronic Funds Transfer ? Central Contract Registration FAR 52.233-3, Protest After Award FAR 52.247-34, F.o.b. Destination FAR 52.252-6, Authorized Deviations in Clauses DFAR 252.204-7004, Required Contract Central Registration DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. All information technology provided under, or in support of, this contract by the contractor and all subcontractors shall be Year 2000 compliant. "Year 2000 compliant" means, with respect to information technology, that the information technology accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date/time data with it. To ensure Year 2000 compliance, the contractor shall, at a minimum, test a representative sampling of the information technology, or the same type of information technology, that will be provided under the contract. Year 2000 Compliance testing will be accomplished and documented in accordance with generally accepted commercial standards/practices. If requested, the contractor shall provide the Government with a copy of such Year 2000 compliance test documentation at no additional cost to the Government. Delivery/Place of Performance Products will be delivered primarily to: White House Communication Agency 2743 Defense Blvd, SW, Bldg 399 Anacostia Annex DC 20373-5815 Point of Contact RICHARD T. BEATY JR, Contracting Officer/Contract Specialist, Phone (202) 757-5258, Fax: (202) 757-5264, Email: rbeaty@whmo.mil
 
Place of Performance
Address: 2743 Defense Blvd. SW, Anacostia Annex, DC
Zip Code: 20373-5815
Country: US
 
Record
SN00156282-W 20020905/020903213035 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.