Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2006 FBO #1654
SOLICITATION NOTICE

U -- CD-ROM Language Training Sets Software

Notice Date
6/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
2006TALP300001
 
Response Due
6/26/2006
 
Archive Date
8/25/2006
 
Small Business Set-Aside
Total Small Business
 
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 number is 2006 TALP 300001 and is issued as a Request for Quotation (RFQ). Quotations shall be received in the contracting office by 4:30 p.m. (MST), June 26, 2006. The RFQ shall result in a Firm-Fixed Price Contract. This solicitation is 100% small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is 511210. The USPFO for Utah has a requirement to purchase the fol lowing items: 1. 350 each CD-ROM Language Learning Packets, to include Spanish, French, German, Italian, Chinese, Japanese and Arabic; 2. 42 each Language Training Networked in Lab to include, Spanish, French, German, Italian, Chinese, Japanese and Arabi c. For both CLINS, the requirements for training shall be identical and shall include the following: a. Software must provide between 500 and 2000 hours worth of content per language; b. Include, Grammar, Vocabulary, Cultural, Oral and Written Works hops; c. Ability to customize language training to meet individual linguists needs with different modes of learning; d. An extensive teacher tracking tool including the ability to create learning paths, modify set-up functions and receive progress report s at regular intervals; e. A comprehensive tool designed to test oral and written comprehension, grammar and vocabulary skills; f. The ability to increase language skills to the 3 and 4 proficiency levels based on the Interagency Language Roundtable (ILR ) scale; g. Advanced speech recognition technology that can detect errors in pronunciation and intonation and includes 3D animated voice graph support for phonetics; h. Network/LAN product access over six separate networks for all seven languages. In add ition, provider shall provide technical assistance in terms of installation and user support for various locations. Items will be delivered to the USPFO for Utah Warehouse, 12953 South Minuteman Drive, Draper, UT 84020. The Offerors shall be registered in the DOD Central Contractor Registration (CCR). Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. Only contractors registered in the Central Contra ctor Registration (CCR) can be awarded the contract. Offerors shall have electronic funds transfer (EFT) capability. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. In accordance with FAR52.212-2 Evaluation of Commercial Items (Jan 1999) (a), The Government intends to make an award to the Contractor who submits the lowest, technically responsive proposal, and is deemed acceptable and responsible by the Contracting Officer. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil. The following FAR clauses and provisions apply to this RFQ and are incorporated by reference: FAR clause 52.202-1, Definitions (Jul 2004); provision 52.212-1, Instructions to Offerors  Commercial Items (Jan 2005); provision 52.211-6, Brand Name or Equal (Aug 1999); provision 52.212-2 Evaluation  Commercial Items (Jan 1999); provision FAR clause 52.212-4, Contract Terms and Conditions  Commercial Items (Oct 2003); Far clause 52.l212-5(D EV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items (Apr 2005). Point of contact for this project is Diane Johnson, Contracting Officer, Telephone Number 801-245-2312. Quotations may be faxed to the Co ntracting Officers attention at 801-245-2152, or emailed to diane.johnson@utsalt.ang.af.mil.
 
Place of Performance
Address: USPFO for Utah 12953 South Minuteman Drive Draper UT
Zip Code: 84020-2000
Country: US
 
Record
SN01062673-W 20060607/060605221522 (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.