Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2006 FBO #1503
SOLICITATION NOTICE

D -- VisuaLinks Software Maintenance and Support

Notice Date
1/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
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-D422
 
Response Due
1/17/2006
 
Archive Date
3/18/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulations (FAR) 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. This Solicitation is a Request for Quotation (RFQ), W15P7T-06-Q-D422 The small size standard is $23,000,000 dollar for the North American Industry Classification System (NAICS) code 541511. The C-E LCMC Acquisition Center intends to procure Commercial Off-The-Shelf (COTS) VisuaLinks? Software Maintenance for a 12 month period of performance . The acquisition is firm fixed price and solicited on a Limited Brand Name, Visual Analytics, Inc located Poolesville, MD 20837 and qualified resellers in accordance with FAR 6.302-1. Description: Fifty (50) VisuaLinks Standard Software Package  End User Annual Maintenance. Manufacturer part number: VLS-MNT-26-50 - 12 month period An Option for up to 100% may also be purchased for an additional 12 month period of performance for the second year. Along with the Proposal, the Offeror must submit any Commercial License Agreements that are required for the Software. A review will be conducted to ensure terms and conditions are not contrary to procurement laws and regulations. Shipments are to be FOB Destination. All items are to be shipped to: Project Manager, Intelligence and Effects ATTN: Jerry Sheetz, Bldg 363 10115 Duportail Road Fort Belvoir, VA 22060-5812 Or Electronically to; jerry.sheetz@us.army.mil Phone: 703-704-0281 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), (21), (25), (31) FAR 52-217-5, Evaluation of Options (JUL 1990); 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 (a), 52.203-3 applies, for Paragraph (b) the following clause applies: 25 2.225-7001, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023; FAR 52.227-1, 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) 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 (including Opt ions). The Contracting 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/SOLICIT ATION. The US Army C-E LCMC 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 C-E LC MC to industry. All parties interested in doing business with C-E LCMC 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, Edward Hebert, Contract Specialist, 732-427-1517 or edward.hebert@us.army.mil See Numbered Notes 1 and 22.
 
Record
SN00961766-W 20060107/060105212147 (fbodaily.com)
 
Source
FedBizOpps 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.