Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2004 FBO #0846
SOLICITATION NOTICE

U -- Learning Management System

Notice Date
3/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
611710 — Educational Support Services
 
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
HC1047-04-T-4024
 
Response Due
4/20/2004
 
Archive Date
5/5/2004
 
Point of Contact
Warren Riley, Contracting Officer, Phone 202 757-5237, Fax 202 757-5264, - Costella Davis, Contract Specialist, Phone 202-757-5231, Fax 202-757-5264,
 
E-Mail Address
rileyw@ncr.disa.mil, davis1s@ncr.disa.mil
 
Description
This combined synopsis/solicitation is for the purchase of a Distance Learning Structure (DLS) that will support the agencies increasing requirement for cost-effective learning that is convenient in time and place to all agency personnel. The key component to the DLS structure is an integrated Learning Management System (LMS) requiring one vendor, one solution, and one interface. 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 Offers are to be forwarded to the following email address or fax number by no later than 2:00 p.m. EST 20 April 2004: rileyw@ncr.disa.mil (The number 1 is between the two ?Ss? in davis1s. This is not the alpha ?l?) or (202) 757-5256 (fax). NO OFFERS ARE TO BE FORWARED BY REGULAR MAILED, EXPRESS CARRIERS OR HAND CARRIED. Any questions on this solicitation may be directed to Mr. Warren Riley by email only at rileyw@ncr.disa.mil. The solicitation number is Request for Quotation number HC1047-04-T-4024. Please include your business size, CAGE Code, DUNs Number, Tax Identification Number, and Central Contractors Registration (CCR) Status (i.e., active, pending, not listed). OFFERORS MUST SUBMIT THEIR TECHNICAL AND PRICE QUOTES BASED ON THE INFORMATION PRESENTED IN THE ATTACHED Statement of Requirements AND DRAFT DD254. IT IS NOT ANTICIPATED THAT THERE WILL BE ANY RFQ AMENDMENTS. Again, the Statement of Requirements and draft DD254 will be attachments to this synopsis / solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001- 20 and Class Deviation 2003-o0003. The North American Classification is 611710 and the Size Standard is $5M. This synopsis/solicitation is being advertised as a full and open competition. However, should two or more acceptable offers be made by small businesses, this requirement will be set-aside for small businesses only (i.e., small businesses, woman-owned small businesses, small disadvantage businesses, hubzones, 8(a)s, veteran owned businesses (any business that falls under the small business guidelines may submit a quote)). PLEASE CERTIFY COMPLIANCE OR NON-COMPLIANCE WITH THE SECTION 508 STANDARDS CHECKED BELOW: Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) requires Federal agencies acquiring Electronic 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. ____ 1194.23 ?Telecommunications Products. ___ 1194.24 ?Video and Multimedia Products. ____ 1194.25 ? Self-Contained, Closed Products. ____ 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 assistive 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. Normally, the Government expects to see a discount, which is at least equal to that provided by your standard commercial discount policy for that item. Anticipated award date is no later than 30 April 2004. 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. 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. DFARS 252.232-7003 Electronic Submission of Payment Requests (Jan 2004) Delivery/Place of Performance Performance will begin at: Washington DC Area Point of Contact Warren Riley, Contract Specialist, Phone (202) 757-5237 Fax: (202) 757-5256, Email: rileyw@ncr.disa.mil
 
Place of Performance
Address: Washington DC Area
Zip Code: 20373-5815
Country: U.S.A.
 
Record
SN00550297-W 20040321/040319211602 (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.