Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2002 FBO #0297
SOLICITATION NOTICE

D -- ALOHA SUPPORT AND MAINTENANCE

Notice Date
9/23/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
F7SVO522390100
 
Point of Contact
Gloria Marshall, Purchasing Agent, Phone 210-652-5183, Fax 210-652-2759, - Nelda Lopez, Contract Specialist, Phone 210-652-5183, Fax 210-652-2759,
 
E-Mail Address
gloria.marshall@randolph.af.mil, nelda.lopez@randolph.af.mil
 
Description
The 12th Contracting Squadron at Randolph AFB intends to award on a sole source basis in accordance with FAR Part 6.302. Award will be made on a sole source basis to Aloha Technologies, Ltd, Bedford Texas, under the Simplified Acquisition Procedures. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being accepted and a written solicitation will not be issued. Solicitation Number F7SVO522390100 is issued as a request for quotation. This combined synopsis/solicitation incorporates provisions and clauses are those in effect through Federal Acquisition Circular 01-09. The SIC Code is 7379, size standard is $21.0 and the NAICS code is 541519. The Contract is to renew existing software maintenance and subscription support for 1 Oct 02 thru 30 Sep 03 to approximately 180 foodservice facilities worldwide, both CONUS and OCONUS. Services include: (1) Support. Contractor shall provide and maintain a 24 hour, 7 days/week help desk. Staff must be Aloha certified trained professionals. Contractor is required to provide demonstration for each help desk representative that demonstrates that all Aloha training and recertification required to perform this requirement has been obtained and is current. This support includes telephone, routine and corporate support. (2) Maintenance. Maintenance shall also be provided to include providing upgrades/releases of the Aloha Back Office Suite software. (3) Sites. Maintenance and support shall be to CONUS and OCONUS sites for an estimated total of 180 sites. Additional sites may be added at a later date; therefore, vendor must also demonstrate capability to support additional sites in the future. Award is anticipated on 01 Oct 02 contingent upon the availability of funds. The following clauses and provisions can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil FAR, 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision 52.212-2, Evaluation ? Commercial Items, is also applicable to this acquisition. The specific evaluation criteria for this provision are as follows: conformance to the specifications, price, past performance. Offers shall submit the following: conformance to the specifications, price, past performance. Offerors must also include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications ?Commercial Items, 252.225-7020, Trade Agreements Certificate, 252-212-7000, Offeror Representations and Certifications ? Commercial Items and 52.219-1, Small Business Program Representations and 52.219-1 Alternate I, Small Business Program Representation, which can be obtained at http://www.arnet.gov/far. 52.212-4 Contract Terms and Conditions-Commercial Items. Paragraph ( c ) of this clause is tailored as follows: ( c ) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of : (1) Administrative changes such as changes in the paying office, appropriation data, etc. (2) No cost amended shipping instructions (ASI) if?(A) The ASI modifies a unilateral purchase order, and (B) The contractor agrees verbally or in writing, (3) Any change made before work begins if?(A) The change is within scope of the original order, (B) The contractor agrees; ( C ) The modification references the contractor?s verbal or written agreement. These changes may be made unilaterally by the Government. This clause, as amended herein, may also serve as the authority for all modifications made to the order or contract to make changes as follows: (a) definitize letter contracts, if commercial in nature; (b) reflect other agreements of the parties modifying the terms of the contracts; (c) issue change orders, (d) changing the performance period or the delivery date, the quantities or any other terms and conditions not cited herein as an example.52.212-5, Contract Terms and Conditions ? Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items with these additional FAR clauses marked: 52.219-4, Notice of Price evaluation Preference for HubZone Small Business Concerns. 52.219-8, Utilization of Small Business Concerns. 52,219-14, Limitations on Subcontracting. 52.222-19, Child Labor-Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated facilities. 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332, Required Central Contractor Registration; 52.222-48, Exception from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment ? Contractor Certification. 52.252-2, Clauses Incorporated by Reference (Feb 1998). In addition, DFAR 252.204-7004, Required Central Contractor Registration. 252.212-7001, Contract Terms and Conditions required to implement statues or Executive Order applicable to Defense Acquisition of Commercial Items. 252.225-7002, Qualifying Country Sources as Subcontractors. 252.225-7021, Trade Agreements. 252.225-7037, Duty-Free Entry?Eligible End Products. Interested parties capable of providing the above must submit written price notice to include discount terms, site locations, past performance information, and firm evidence of their ability to perform. All responses will be fully considered, but must be submitted on the ALOHA support and maintenance renewal, ?or equals? will not be accepted. Award will be made using simplified Acquisition Procedures, therefore, the evaluation procedures at FAR 13.106-2 will be used. All responsible sources may submit an offer, which, if timely received, will be considered. Offers are due at 12th Contracting Squadron not later than 4:30PM, Central Time, 24 Sep 2002 and should reference the solicitation listed above. Offerors must include with their proposal a completed copy of the provisions 52.212-3, Offerors Representations and Certifications-Commercial Items. 252.225-7020, Trade Agreements Certificate, 252.212-7000, Offeror Representations and Certifications ? Commercial Items, 52.219-1, Small Business Program Representation, and 52.219-1 Alternate I, Small Business program Representation. Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) prior to receiving any award. Offeror must provide cage code and ensure that they are registered in the Central Contractor registration (CCR). You can register in the CCR by calling 1-888-227-2423 or via the Internet at www.ccr2000.com. Point of Contact Gloria Marshall, Purchasing Agent, Phone 210-652-5117, Fax 210-652-2759, Email gloria.marshall@randolph.af.mil Email your questions to Gloria Marshall at gloria.marshall@randolph.af.mil
 
Place of Performance
Address: HQ AFSVA/SVOHS, 10100 REUNION PLACE, SUITE 401, SAN ANTONIO TX
Zip Code: 78216
Country: United States
 
Record
SN00173705-W 20020925/020924065231 (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.