Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2003 FBO #0625
SOLICITATION NOTICE

70 -- SYSTRACK SOFTWARE & MAINTENANCE

Notice Date
8/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Procurement Operations, Western Area (A:P:F:W), 333 Market Street, Suite 1400, San Francisco, CA, 94105-2115
 
ZIP Code
94105-2115
 
Solicitation Number
TIRWR-03-Q-00082
 
Response Due
8/19/2003
 
Archive Date
9/3/2003
 
Point of Contact
Cynthia Dong, Contract Specialist, Phone 415-575-7439, Fax 415-575-7440/7446, - Christine Matschkowsky, Contract Specialist, Phone 415-848-4737, Fax 415-848-4711/4712,
 
E-Mail Address
Cindy.Dong@irs.gov, Christine.Matschkowsky@irs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested online via www.FedBid.com, and a written solicitation will not be issued. Request For Quotation (RFQ) number is TIRWR-03-Q-00082. This requirement is open to all interested and capable vendors who are also registered with the Central Contractors Registry or www.ccr.gov. The Internal Revenue Service is seeking the following: ITEM 1- LS2001 SysTrack 2.0 Server, QTY- Fifteen (15 )EA; ITEM 2 - LS2022 SysTrrack 2.0 Terminal Server, QTY- Eighteen (18) EA; ITEM 3 - LS2024 Annual Terminal Server Maint, QTY-Eighteen (18) EA; ITEM 4 - LS 2020 Annual Server Maint, QTY- Fifteen (15) EA; ITEM 5 - LS2021 SysTrack 2.0 Workstation, QTY -Two Hundred Ninety (290) EA; ITEM 6 - LS2019 Annual Workstation Maint, QTY -Two Hundred Ninety (290) EA; ITEM 7 - LS2008 SysTrack 2.0 Mesia Kit, QTY -Three(3) EA. Delivery will be to the IRS , 500 North Capitol St., NW, Washington, D.C. The government plans to award a commercial item purchase order to the bidder with most advantageous bid to the government. Therefore, all bidders must submit their best price and best delivery capabilities through www.FedBid.com. The government requires the items to be an exact match to the specifications above. The Government intends to conduct an on-line competitive reverse auction to be facilitated by a third-party reverse auction provider, FedBid.com. FedBid.com has developed an on-line, anonymous, browser based application to conduct the reverse auction. All functional specifications and/or updates are provided on FedBid.com. Participants will submit a series of quotes, which descend in price during the specified period of time. All responsible sources must submit a quote/offer to the IRS using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on line. Offerors that are not currently registered to use FedBid.com Exchange should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBidHelpdesk at 877-9FEDBID or via email at Client Services@FedBid.com. The Government is taking this action in an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, competed, real-time quotes for products. Offerors may not artificially manipulate the price of a transaction by any means. It in unacceptable to place bad faith bids, to use decoys in the bidding process or to collude with the intent or effect of hampering the competitive bidding process. The reverse auction will start on or about 7am EST on Aug 19 and end on Aug 20 at 3 pm EST. Offers should include price and delivery terms. The provision at 52.212-1, Instructions to Offerors: Commercial Items, applies to this acquisition. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications: Commercial Items with their offer. The following clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders: Commercial Items; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor: Cooperation with Authorities and Remedies; 52.225-3, Buy American Act: Supplies; 52.225-13 Restriction on Certain Foreign Purchases; IR1052-01-002, PAID SYSTEM; 52.232-33, PAYMENT WILL BE MADE ELECTRONIC FUNDS TRANSFER: Central Contractor Registration. To download 52.212-3, Offeror Representations and Certifications Commercial Items, visit the website at:www.acqnet.gov.; IR1052-96-014, SOFTWARE MAINTENANCE AND DATA RIGHTS; IR1052-00-025, SHIPPING LABEL INSTRUCTION.
 
Place of Performance
Address: Internal Revenue Service, 500 North Capitol Street, Room 4701, Washington, D.C. 20001
Zip Code: 20001
Country: U.S.
 
Record
SN00401883-W 20030816/030814214818 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.