Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2005 FBO #1266
SOLICITATION NOTICE

D -- MIRCROSOFT PREMIER SUPPORT SERVICES - APPLICATION DEVELOPMENT CONSULTANT

Notice Date
5/13/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017805R3072
 
Response Due
5/19/2005
 
Archive Date
12/30/2005
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. This is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures in accordance with FAR Part 13.5, prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The North American Industry Classification System code is 443120, with a size standard of $7.5 million. The applicable Request for Quotation (RFQ) number is N00178-05-R-3072. The Naval Surface Warfare Center, Dahlgren Division intends to purchase the following items: 400 hours of an Application Development Consultant (ADC) for Microsoft Premier Support, for proactive technical consulting and reactive support as it applies to application development. ADC hours can be used for support assistance, formal code reviews, benchmarking and test plan assistance including the following: escalation management, service delivery plan, support usage reports, 3 support incidents, hot fixes, critical problem alerts, newsflashes, expert round-table participation, unlimited-user service desk license, 5 ADC on-site visits (up to 2 days each), and one 5-day workshop. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03, dated 11 April 2005, and DFARS Change Notice 20050509. FAR and DFARS provisions and clauses may be accessed at http://www.farsite.hill.af.mil/vffara.htm and http://far! site.hill.af.mil/VFDFARA.HTM respectively. Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFAR 252.212-7000, Offeror Representations and Certifications - Commercial Items, with their quotes. The following FAR and DFAR provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1 Instructions to Offerors Commercial Items, FAR 52.212-4, Contract Terms and Conditions Commercial Items, and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (January 2005) (Deviation). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, subparagraphs (a), (b)(252.232-7003), (b)(252.243-7002), (b)(252.247-7023), (b)(252-247-7024) and (c), DFARS 252.204-7004, Required Central Contractor Registration Altern! ate A, and DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country also apply to this acquisition. The Defense Priority and Allocation System (DPAS) rating is DO-S10. The Government will award a contract to the responsible offeror whose offer conforms to this RFQ and is determined to be most advantageous to the Government, based on price. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. Offerors must be determined to be responsible in accordance with FAR 9.104-1. In order to be eligible for award firms must be registered in the Central Contractor Registry (CCR). Offerors may obtain information on registration in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov/. All items shall be priced FOB Destination. Delivery and acceptance will take place at Dahlgren, Virginia. Of! ferors shall include a legible copy of any applicable terms and conditions with their offer to be considered responsive. The period of performance shall be one year from date of contract award. The closing date for receipt of quotes is 1200 EST 19 May 2005. Quotes may be provided via fax to (540) 653-6810, Attn: XSD13-12, but electronic submission via e-mail to XDS13@nswc.navy.mil is encouraged. Quotes may also be delivered to the Naval Surface Warfare Center, Dahlgren Division, Attn: XDS13-12, Bldg. 183, Room 106, 17320 Dahlgren Road, Dahlgren, Virginia 22448-5100. Reference quote number N00178-05-R-3072. The Naval Surface Warfare Center, Dahlgren Division, has implemented Electronic Commerce (EC) in the acquisition area, therefore this combined synopsis/solicitation with any applicable amendments will be available on the World Wide Web at http://www.nswc.navy.mil/wwwDL/XD/SUPPLY/busop.htm. Hard copies will not be provided. Vendors should regularly access the NSWC! DD website to ensure they have downloaded any and all amendments.
 
Record
SN00807109-W 20050515/050513212404 (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.