Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2004 FBO #1060
SOLICITATION NOTICE

D -- iGlobalCare Support

Notice Date
10/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), FTS, Sonoran Area Team, 5665 N. Scottsdate Rd., F135, Scottsdale, AZ, 85250-5912
 
ZIP Code
85250-5912
 
Solicitation Number
9TZ05JAL003
 
Response Due
10/28/2004
 
Archive Date
11/11/2004
 
Description
This is a combined synopsis/solicitation for commercial items prepared by the General Services Administration on behalf of the U.S. Bureau of Reclamation, Hoover Dam, Boulder City, NV 89005 under solicitation no. 9TZ05JAL003 in accordance with the format in FAR Subpart 12.6 and the test program in FAR Subpart 13.5. This announcement constitutes the only solicitation. Proposals are being requested. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-25, effective October 5, 2004. This is a full and open procurement under NAICS Code 511210, Software Publishers. NOTE: Section 508 applies to this requirement. FAR Part 39.2, Electronic and Information Technology, applies to this acquisition. All Electronic and Information Technology (EIT) procured through this task must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://accessboard.gov/sec508/508standards.htm ? Part 1194. Contractors are now responsible for indicating on each line item in the procurement whether products or services are compliant or noncompliant with the accessibility standards at 36 CFR 1194. The proposal must also indicate where full details of compliance can be found (e.g., vendor?s website or other exact location). Provide the following on a firm fixed price contract: (1) iGlobalCare Support for SCADA server (SO-084814-001 through 003) - QTY 3 (2) iGlobalCare Support for SCADA server (SO-084814-004 through 010) - QTY 7 (3) iGlobalCare WebServer (SO-084814-011) - QTY 1 (4) iGlobalCare Support for SCADA server (SO-063196-001) - QTY 1 (5) iGlobalCare Support for SCADA server (SO-063196-002 through 009) - QTY 8 (6) iGlobalCare Support for View Client Development (SO-063196-022 through 026) - QTY 5 (7) iGlobalCare Support for View Client Runtime Ver 7.0 NT (SO-063200-001 through 024) - QTY 24 (8) 49 Nodes: QTY 1. Place of delivery and acceptance is: Boulder City, NV 89005 FOB destination. This is a request for brand name only competitive proposals to ensure compatibility with previous procurements and existing systems. Solicitation provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (January 2004) is hereby incorporated by reference. The Government will award the resulting contract based on a firm fixed price arrangement resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government. The following factors shall be used to evaluate offers: Evaluation will be based on (1) Price FOB destination for base year and two option years. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The base period shall run from date of award though one year. There shall be no more than two option periods, each with a duration of 12 months. Evaluation of options will not obligate the Government to exercise the option(s). (2) Past performance information submitted for work in fulfillment of similar requirements. Please provide at least two examples, with a brief description, of previous or ongoing work that demonstrates your firm's past performance. These factors are listed in descending order of importance. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offerors are reminded to include a completed copy of the provision at 52.212-3, Offerors Representations and Certifications--Commercial Items (May 2004) with its offer. Clause 52.212-4, Contract Terms and Conditions--Commercial Items (October 2003), is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (June 2004), is hereby incorporated by reference with applicable paragraphs apply to this solicitation and any resultant contract. Type of Contract: A firm fixed price, definite quantity; definite delivery contract will be awarded. Period of Performance: Delivery no later than 14 days after receipt of contract. The potential awardee is required to register in IT Solutions Shop at http://it-solutions.gsa.gov for post-award processing. Proposal responses and inquiries will only be accepted electronically via email at joann.ancheta@gsa.gov. All proposals must be received by October 28, 2004, 5:00 PM PST.
 
Place of Performance
Address: US Bureau of Reclamation, Hoover Dam Warehouse, Highway 93, Boulder City, NV
Zip Code: 89005
Country: USA
 
Record
SN00696108-W 20041021/041019212053 (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.