Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
SOLICITATION NOTICE

70 -- Software License & Support

Notice Date
7/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862
 
ZIP Code
32542-6862
 
Solicitation Number
Reference-Number-F1TEAX5164A2
 
Response Due
7/19/2005
 
Archive Date
8/3/2005
 
Description
The 96 Contracting Squadron, 96 CONS/MSCBA at Eglin AFB, Florida intends to award a sole source Firm Fixed Price contract to MultiGen-Paradigm, Inc for the purchase of MULTI-GEN SOFTWARE LICENSE AND ANNUAL SUPPORT. This software is proprietary in nature and therefore required to meet compatibility requirements with existing MultiGen products. The announcement number is F1TEAX5164A2. The North American Industry Classification System (NAICS) code for this acquisition is 541511 with a small business size standard of $21.0 Million. Please identify your business size in your response based upon this standard. The requirement is for CLIN 0001 ? One (1) Each, CTS_BASE_MOD, Creator Terrain Studio. CLIN 0002 ? One (1) Each, CTS_BASE_MOD_M One year technical support and maintenance for Creator Terrain Studio. CLIN 0003 ? One (1) Each, MGCRE-MOD-FLT-PC, MultiGen Creator for Windows. CLIN 0004 ? One (1) MGCRE-MOD-FLT-PC-M, MultiGen Creator for Windows NT Annual Support. Items are to be delivered to 102 West D. Ave, Eglin AF Base FL 32542. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. The provisions and clauses incorporated in this notice are those in effect through Federal Acquisition Circular 2005-04. FAR 52.212-1, Instructions to Offerors-Commercial Items-(Jan 05), and any addenda to the provision as listed in this notice; 52.212-2, Evaluation-Commercial Items-(Jan.99) Evaluation will be based on the following factors: price and technical (capability of item(s) offered to meet the government?s needs); 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 05) 52.212-4 Contract Terms and Conditions?Commercial Items- (Oct 03), and any addenda to the provision as listed in this notice; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jan 2005) (Deviation); 52.222-3 - Convict Labor (June 2003) 52.222-19 Child Labor- Cooperation With Authorities and Remedies (June 2004) 52.225-1 Buy American Act ? Supplies (June 2003) 52.232-33, Mandatory information for Electronic Funds Transfer payments- (Oct 03); 52.247-29, F.O.B Origin (June 98) ; 52.252-2, Clauses Incorporated By Reference-(Feb.98) (http://farsite.hill.af.mil); 52.252-6 -Authorized Deviations in Clauses (Apr 1984) 252.225-7001-Buy American Act and Balance of Payments Program (Apr 03); 252.232-7003, Electronic submission of payment requests (Jan 04), 252.246-7000, Material inspection and receiving report (Mar 03) DFARS, 252.204-7004, Required Central Contractor Registration (CCR)- (Nov.03); 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items- (Dec 03), J-2 Clause-WIDE AREA WORK FLOW DODAAC AND EMAIL DISTRIBUTION TABLE SF 1449 THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: See Block #2 of the award *Delivery Order: See Block #4 of the award if applicable *Issue Date: See Block #3 of the award *Issue DODAAC: See Block #9 of the award *Admin DODAAC: See Block #16 of the award Inspected By DODAAC/Ext: F1TEAX *Ship To Code/Ext: See Contract Line Item Ship From Code: *Pay DODAAC: See Block #18a of the award. EMAIL NOTIFICATIONS: lorna.hendrix@eglin.af.mil Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. The quote format is at the discretion of the offeror. All responses must be received no later than 2:00 P.M., Central Standard Time on 19 July 2005. Send all quotations to Lorna J. Hendrix, 205 West D. Avenue, Suite 541, Eglin AFB, FL 32542-6864, or by facsimile to 850-882-1680, or by E-mail at lorna.hendrix@eglin.af.mil Points of Contact: Lorna J. Hendrix, Contract Specialist, Ph # (850) 882-0352, Fax, (850) 882-1680, Email, lorna.hendrix@eglin.af.mil Arnette Robinson, Contracting Officer, Ph # (850) 882-9188, Fax, (850) 882-1680, Email, arnette.robinson@eglin.af.mil
 
Place of Performance
Address: 102 West D. Ave Eglin AFB, FL
Zip Code: 32542
Country: USA
 
Record
SN00846235-W 20050715/050713212109 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.