Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2005 FBO #1301
SOLICITATION NOTICE

70 -- Renewal of ScanSoft PaperPort Software License and Technical Support

Notice Date
6/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Supply Center Columbus, P O Box 3990, Columbus, OH, 43218-3990
 
ZIP Code
43218-3990
 
Solicitation Number
SP0710-05-R-0012
 
Response Due
6/27/2005
 
Archive Date
7/12/2005
 
Point of Contact
Teresa Endicott, Contract Specialist, Phone 614-692-3740, Fax 614-692-6256,
 
E-Mail Address
Teresa.Endicott@dla.mil
 
Description
This is a combined synopsis/solicitation for commercial items 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. Proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. NAICS is 443120. Size standard is $7.5 million dollars. Request for Quotation Number is SP0710-05-R0012. The Defense Supply Center Columbus, 3990 East Broad Street, Columbus, OH 43213-1199 intends to procure the following: 1) Renewal of software license for 2600 copies of ScanSoft PaperPort Professional Office V10.0. Maintenance for product updates, upgrades, and software bug fixes is included. ScanSoft part number F309A-GF6-10.0, and 2) Technical support for 2600 copies of ScanSoft PaperPort Professional Office V10.0 software. Provide unlimited telephone support from Technical Support Specialists on weekdays between 9:00 a.m. and 8:00 p.m. (EST). ScanSoft part number F309A-TG0-10.0. Prices should be quoted per copy. The estimated performance start date will be June 30, 2005 for a period of one year. FAR Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3 and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, and FAR 52.222-48, Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment -- Contractor Certification, with their offer. 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, apply to this acquisition. The following clauses are checked: FAR 52.203-6, Restrictions on Subcontract Sales to the Government, with Alternate I; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor – Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-15, Sanctioned European Union Country End Products; 52.225-16, Sanctioned European Union Country Services; FAR 52.232-33, Payment by Electronic Funds Transfer — Central Contractor Registration; and FAR 52.239-1, Privacy or Security Safeguards. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following clauses apply: DFARs 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 525.225-7012, Preference for Certain Domestic Commodities; DFARS 252.227-7015, Technical Data – Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.243-7002, Requests for Equitable Adjustment; and DFARS 252.247-7023 Transportation of Supplies by Sea. Offers are due by 1:00 PM EST, June 27, 2005. Address offer to DLA Enterprise Support Columbus, ATTN: DES-CA/Teresa Endicott, P. 0. Box 3990, Columbus, OH 43218-3990. (Offers submitted by private courier should be addressed to: DLA Enterprise Support Columbus, ATTN: DES-CA, Teresa Endicott, 3990 E. Broad St., Columbus, OH 43213-1199.) Offers may also be submitted via email at teresa.endicott@dla.mil. For further information, please contact Teresa Endicott via email or telephone at (614) 692-3740. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DLA/J3/DSCC/SP0710-05-R-0012/listing.html)
 
Place of Performance
Address: 3990 E. Broad St/Columbus/OH
Zip Code: 43213
Country: USA
 
Record
SN00832244-F 20050619/050617212129 (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.