Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2006 FBO #1550
MODIFICATION

70 -- BCL TECHNOLOGIES' EASYPDF BRAND NAME SOFTWARE AND SOFTWARE MAINTENANCE

Notice Date
2/21/2006
 
Notice Type
Modification
 
Contracting Office
HQ SSG/PK, 490 East Moore Dr., Maxwell AFB - Gunter Annex, AL 36114
 
ZIP Code
01731
 
Solicitation Number
FA8771-06-Q-0002
 
Response Due
3/3/2006
 
Archive Date
7/10/2006
 
Point of Contact
John R. Buzan, Contracting Officer, 334-416-4229
 
E-Mail Address
Click Here to E-mail the POC
(John.Buzan@Gunter.AF.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand name or equal commercial software and software maintenance: BCL Technologies' easyPDF Software, including contract line item number (CLIN) 0001 Software (2) each BCL Technologies' easyPDF 4.3 SDK Developer Licenses, including (1) year of Premium Support and Subscription for unlimited upgrades as available; CLIN 0002 Software (1) each BCL Technologies' Royalty-Free Unlimited Distribution License for Air Force Materiel Command, including (1) year of Premium Support and Subscription for unlimited upgrades as available; CLIN 0003 Delivery, Shipping & Handling; CLIN 0004 Option for Software Maintenance of products acquired including (2) each Premium Support and Subscription for BCL Technologies' easyPDF 4.3 SDK Developer Licenses and (1) each Premium Support and Subscription for BCL Technologies' Royalty-Free Unlimited Distribution License for Air Force Materiel Command. Salient characteristics of the Software CLINs 0001 and 0002 include the abilities: to convert any Microsoft office format into a PDF document; to concatenate multiple documents of multiple formats, including existing PDF documents created by or converted by other software devices, into a single document; to work on the USAF standard desktop configuration as a standard user without Administrator rights; to be utilized in a client server environment operating on the client PCs; to be callable by Visual Basic 6 code; and to provide event monitoring and error handling. Delivery F.o.b. origin within ten days of date of order marked for delivery to: Sean Halpin, Procurement Analyst, Email: Sean.Halpin@wpafb.af.mil, Phone: DSN 674-1195, commercial 937-904-1195, Fax: DSN 674-1210, commercial 937-904-1210, Location: BLDG 262 ROOM S030 Post 14Q, 4375 CHIDLAW RD, WPAFB OH 45433-5006. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Only one source, BCL Technologies, Inc., 990 Linden Drive, Suite 203, Santa Clara, CA 95050, is known to be capable of meeting the requirement. All responsible sources may submit a response which, if timely received, must be considered by the agency. A source that believes it can provide the Software and Software Maintenance should submit a written response to the Contracting Officer no later than 10 days after the date of publication of this notice. A response should clearly and primarily show the capabilities of the source to meet all the salient characteristics, and secondarily indicate availability of the Software for product demonstration and evaluation, if at the sole discretion of the Government a demonstration/evaluation copy may be requested. Such an evaluation, if conducted, would not obligate the Government in any way. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document, incorporated provisions, and clauses are those in effect through FAC 2005-08. The proposed procurement will be conducted in accordance with FAR Parts 12 and 19 using the Simplified Acquisition Procedures (SAP) of FAR 13. The North American Industry Classification System (NAICS) 511210 is based on the size standard of $23M. The following Federal Acquisition Regulation (FAR) and FAR supplement provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2006); FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), in which (a) shall read "The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement, (ii) price; technical capability is more important than price"; FAR 52.212-3, Offerors Representations and Certifications-Commercial Items (Mar 2005); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2005); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2006): the following numbered subparagraphs under paragraph (b) of this apply: 11, 37, 45, 47, 49, 51, 52, 71, 75; FAR 52.213-01, Fast Payment Procedure (Feb 1998); FAR 52.217-06, Option for Increased Quantity (Mar 1989), for which the period of time in which the Contracting Officer has to exercise the option is one (1) year from date of award; FAR 52.217-09, Option to Extend the Term of the Contract (Mar 2000), in which paragraph (a) shall read "The Government may extend the term of this contract by written notice to the Contractor within any time; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 1 day before the contract expires. The preliminary notice does not commit the Government to an extension"; FAR 52.243-01, Changes - Fixed Price (Aug 1987); FAR 52.246-16, Responsibility for Supplies (Apr 1984). FAR 52.249-01, Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984); Defense FAR Supplement (DFARS) clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2005): the following numbers subparagraphs under paragraphs (a) and (b) apply: 01, 45, 54, 70, 72, 73, and 75; and Air Force FAR Supplement 5352.201-0101, Ombudsman (Aug 2005). Copies of FAR clauses 52.212-3 and 52.212-5 and DFARS 252.212-7001 are available in full text by request, or at the following website: http://farsite.hill.af.mil/farsite.html. This solicitation is set aside for small businesses. Please certify in your proposal that you are a small business. All responsible proposals are due NO LATER THAN CLOSE OF BUSINESS CST on 3 March 2006. Proposals may be emailed to John.Buzan@Gunter.AF.Mil and Richard.Ashley@Gunter.AF.Mil; mailed to HQ OSSG/KABS, 490 E. Moore Dr., Suite 270, MAFB-Gunter Annex, AL 36114-3000; or faxed to (334) 416-5571. All submittals must include a completed copy of FAR 52.212-3 in order to be considered for award. Failure to supply a completed copy of FAR 52.212-3 will disqualify the vendor from consideration. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-FEB-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
ESC Business Opportunities Web Page
(http://www.fbo.gov/spg/USAF/AFMC/ESC/FA8771-06-Q-0002/listing.html)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00992173-F 20060223/060221213051 (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.