Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2005 FBO #1439
MODIFICATION

70 -- Crimelink, Commercial-Off-the-Shelf, Software Licenses plus Option Amended to Include Option Clause, 52.217-9

Notice Date
11/2/2005
 
Notice Type
Modification
 
NAICS
511210 — Software Publishers
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-06-Q-D408
 
Response Due
11/11/2006
 
Archive Date
1/10/2007
 
Point of Contact
lawrence.dirienzo, 732-532-2352
 
E-Mail Address
US Army C-E LCMC Acquisition Center - DAAB07
(lawrence.dirienzo@mail1.monmouth.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicita tion; proposals are being requested and a written solicitation will not be issued. This solicitation is a Request For Quotation (RFQ), W15P7T-06-Q-D408. The small size standard is for annual sales below $21,000,000 for the North American Industry Classification System (NAICS) Code 511210. The U.S. Army intends to procure Commercial Off-The-Shelf (COTS) software licenses to support Program Manager, Counterintelligence, Human Intelligence Management System (PM CHIMS. Additionally, a 300%, three (3) year option will be included to support the near term needs of both PM CHIMS and Program Manager, Intelligence and Effect (PM IE). These items will support Operation Iraqi Freedom (OIF) initiatives. This is a limited sources acquisition for the Crimelink Version 4 Link Analysis Software listed be low. Only authorized resellers of the software listed below may submit offers for this solicitation. Description Quantity CrimelinkTM Version 4 Link Analysis Software 209 300%, Three (3) Year Option 627 Shipments are to be FOB Destination. The 209 licenses listed in the table above and any supporting documentation are to be shipped to the following location: CDR, SEC-Belvoir ATTN: AMSEL-SE-IS-AD (SEC CALM) 6000 6th Street, Suite S213A Ft Belvoir, VA 22060-5576 Or electronically to: Sheila.swenson@us.army.mil Phone: 703-806-3810 Delivery shall be within 15 days after contract award. Packaging and Packing shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.212-1, Instructions to Offerors  Commercial Items (JAN 2005); FAR 52-212-3, Offeror Representations and Certifications  Commercial Items (MAR 2005); FAR 52.212-4, Contract Terms and Conditions  Commercial Items (OCT 2003); FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items (JULY 2005), for Paragraph (b) the following clauses apply: (1), (14), (15), (16), (17), (18), (19), (20), (25), (26), (31), for Paragraph (c) the following clauses apply: (1) and (4); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUNE 2005), for Paragraph (b) the following clause applies: 252.225-7001, 252.232-7003, 252.247-702 3; FAR 52.227-01, Authorization and Consent (JULY 1995); FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement (AUG 1996); FAR 52.227-3, Patent Indemnity (APR 1984); FAR 52.227-6, Royalty Information (APR 1984); FAR 52.227-9, Refund of Royalties (APR 1984); FAR 52.242-15, Stop-Work Order (AUG 1989) FAR 52.247-34, F.O.B. Destination (NOV 1991) FAR 52.217-9, Option to Extend the Term of the Contract The following clauses are local Communication-Electronics Life Cycle Management Command (C-E LCMC) clauses and all interested parties shall request a copy from the Contract Specialist; 52.7043, Standard Practice for Commercial Packaging; 52.7047, Bar Code Marking; and the FULL TEXT OF THESE PROVISIONS AND CLAUSES, WITH NOTED EXCEPTION REGARDING LOCAL CLAUSES, MAY BE OBTAINED BY ACCESSING ANY OF THE FOLLOWING INTERNET WEBSITES: http://www.acq.osd.mil/dpap/dars/dfars/index.htm or http://www.acqnet.gov/far/ . BASIS FOR AWARD: The Government intends to make an award to the Contractor who submits the lowest, responsive quotation, and is deemed acceptable and responsible by the Contracting Officer. The Offerors must submit quotations on the full quantity identified. The Contract ing Officer reserves the right to make no award under this procedure. These items are in support of Operation Iraqi Freedom (OIF). Therefore, offers are to be received within 10 days of the posting of this COMBINED SYNOPSIS/SOLICITATION. The US Army CECOM has established the IBOP website as part of the Armys Single Face to Industry, to allow electronic posting of Solicitation for Request for Proposals (RFPs), Request for Quotations (RFQs), and Invitations for Bids (IFBs) from CECOM to industry. All parties interested in doing business with CECOM are invited to access, operate, send and receive information from the IBOP at http://abop.monmouth.army.mil The Point Of Contact for this action is, Lawrence Dirienzo, Contract Specialist, 732-532-2352 or lawrence.dirienzo@mail1.monmouth.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (02-NOV-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.fbo.gov/spg/USA/USAMC/DAAB07/W15P7T-06-Q-D408/listing.html)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - W15P7T ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00925511-F 20051104/051102213753 (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.