Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2003 FBO #0663
SOLICITATION NOTICE

K -- ICIDS Upgrade to Windows 2000

Notice Date
9/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
DABJ25-03-T-0097
 
Response Due
9/22/2003
 
Archive Date
11/21/2003
 
Point of Contact
Barbara Kinnear, 253-966-3474
 
E-Mail Address
Email your questions to ACA, Fort Lewis
(Barbara.Kinnear@lewis.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for a commercial service, prepared in accordance with the format in FAR Subpart 12.6, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quot es are requested; however, a written solicitation will not be issued. Solicitation number DABJ25-03-T-0097 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Feder al Acquisition Circular 2001-03. The requirement is 100 percent set-aside for small business with a NAICS Code of 561621, and size standard of $10.5 million. The description of the service is as follows: Clin 0001 reads: ICIDS Upgrade to Windows 2000 in accordance with the statement of work as follows: Contractor shall provide all labor, tools, equipment and materials to replace the current Fort Lewis ICIDS II OS2 SAFENET equipment and software with the most recent version of SAFENET Windows 2000 and mak e fully functional and operational to the same level or greater than the OS2 SAFENET version. Contractor shall install one dual file server (2 computers), 4 workstations, 7 monitors and upgrade 30 ppu firmware versions. All equipment replaced shall be co mpatible with existing ICIDS equipment. Contractor will convert all existing account data and maps to Windows 2000 and make operational. Contractor will install new equipment and run as a parallel system to the OS2 based system as a proof of capability p rior to disabling the current system. Contractor will provide the contracting officer, for approval, an acceptance test plan no later than 30 days prior to final testing. Provide one-year warranty on labor and parts. Provide the standard 3-year warranty by Dell on computers. Provide all MDI warranties on SAFENET software. Contractor must be trained and certified integrator by MDI, the manufacturer of SAFENET. Proof of training and certification is required. Any contract entered into resulting from thi s request for quotations will with a responsive, responsible quoter using a SF1449. Quotes will be evaluated on a best value basis. Evaluation factors include past performance and price, with past performance being more important than price. Provision 5 2.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Addenda to this provision are applicable, in which the term offeror whenever it appears, shall be replaced with the term quoter; paragraphs (g) and (h) are deleted. Quoters are required to submit completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications, Commercial Items with their quotes. FAR clause 52.2 12-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acq uisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222.21, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, (JUL 2000) (DoD deviation), 52.232-33, 52.222-41, and 52.222-42. DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items are applicable, to include the following clauses: (a) 52.203-3, (b) 252.243- 7002, 252.247.7023 and 252.247.7024 are applicable to this acquisition: DFARS clause 252.204-7004, Required Central Contractor Registration, and FAR clauses 52.219-6, Notice of Total Small Business Set-Aside are applicable. Wage Determination 94-2567, Revision 23 for Pierce County, Washington is applicable to this acquisition. The complete text of the Federal/Defense Acquisition Circulars are available at th e following internet sites: DOD Electronic Commerce, http://www.acq.osd.mil, http://www.arnet.gov/far and Defense Technical Information Center (DTIC), http://www.dtic.dla.mil, or http://farsite.hill.af.mil. Quotes are due on September 22, 2003 at 4:00 PM, Pacific Daylight Time. Quotes may be emailed to Barbara.Kinnear@lewis.army.mil or faxed to the Directorate of Contracting, Attn: Barbara Kinnear at 253-967-3844, along with the completed Offeror Representations and Certifications, Commercial Items, FAR 52.212-3 and DFARS 252-212-7000, providing the business size, e-mail address, Dunn and Bradstreet number, Cage Code, Federal Tax ID number, and three references with contact names, addresses and telephone numbers, indicating vendor??????s most recent past performance performing the same type of service.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN00438237-W 20030921/030919213232 (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.