Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2006 FBO #1690
SOLICITATION NOTICE

70 -- Business Intelligence Tool and Maintenance

Notice Date
7/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-NCR, P.O. 4502, Arlington, VA, 22204-4502
 
ZIP Code
22204-4502
 
Solicitation Number
HC1047-06-T-4031
 
Response Due
7/21/2006
 
Archive Date
8/5/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, in conjunction with FAR Subpart 13.5, and as supplemented with additional information included in this notice. This announcement is the only solicitation; quotes are being requested and a written solicitation will not be issued. The reference number is HC1047-06-T-4031 and is issued as a request for quotation (RFQ). The Defense Information Systems Agency (DISA) has a requirement to purchase a Commercial Off-The-Shelf (COTS) Business Intelligence (BI) tool to be utilized and fielded in the Global Command & Control System ? Joint (GCCS-J), Block V Software. The BI tool must meet Force Readiness & Force Planning architectural, security, and integration requirements. The COTS vendor and their software should be well established and able to demonstrate software capabilities along with a resume of satisfied customer base. The requirements are attached. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11 and Defense Federal Acquisition Regulations Supplement (DFARS) DCN current to 20060616. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 511210 with an associated small business size standard of $23.0 Million. Offerors must be registered on Contractor Central Registration (CCR). This acquisition is firm-fixed-priced. Award will be made to the lowest priced, responsive, responsible offeror. Provisions and clauses applicable to this acquisition are as follows: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), FAR 52.222-3 Convict Labor, FAR 52.232-17 Interest, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.233-3 Protest After Award, FAR 52.247-34 F.O.B. Destination, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7004 Alternate A, and DFARS 252.232-7003 Electronic Submission of Payment Requests. The following clauses, applicable to this acquisition, are local DISA clauses and all interested Offerors shall request a copy from the contract specialist: 52.204-9000 Points of Contact and 52.232-9000 Wide Area Workflow-Receipt and Acceptance (WAWF-RA). Full text of these provisions and clauses, with the exception of the local clauses, may be obtained from the following internet websites: http://www.acq.osd.mil/dpap/dars/dfars/index.htm, http://farsite.hill.af.mil/, and http://www.arnet.gov/far/. Shipments are to be F.O.B. Destination. Items will be shipped to Defense Information Systems Agency, ATTN: Beverly Walker, CC35 RAS, Warehouse, 701 South Courthouse Road, Washington, DC 20301. Specific agency shipping requirements will be included at award and are available from the contract specialist upon request. Delivery shall occur within thirty (30) days after receipt of order (ARO). The period of performance for this effort is from contract award for one year and two option periods. Offerors may indicate that their response to FAR 52.212-3 Offeror Representations and Certifications-Commercial Items has been loaded on http://orca.bpn.gov. Offerors shall submit any questions regarding this requirement no later than 2:00 pm (Eastern Standard Time) 14 July 2006 to khaleelah.wright@disa.mil. Proposals shall be submitted ELECTRONICALLY to khaleelah.wright@disa.mil no later than 2:00 pm (Eastern Standard Time) 21 July 2006. Facsimile proposals will not be considered. Quotes must be valid for thirty (30) days after due date. Any amendment(s) issued to this RFQ will be published on this website. Therefore, it is the Offeror?s responsibility to visit this website frequently for updates on this procurement.
 
Place of Performance
Address: 5275 Leesburg Pike, Falls Church, VA
Zip Code: 22041
Country: UNITED STATES
 
Record
SN01086146-W 20060713/060711220052 (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.