Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2006 FBO #1818
SOLICITATION NOTICE

70 -- LICENSE SOFTWARE MODEL FOR AUTOMATED TEST INFORMATION REPORTING SYSTEM

Notice Date
11/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK07T0091
 
Response Due
11/22/2006
 
Archive Date
1/21/2007
 
Small Business Set-Aside
N/A
 
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. This acquisition is issued as a Request for Quotes (RFQ). The combined synopsis/solicitation number is W91ZLK-07-T-0091. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 05-07. The North American Industry Classification system (NAICS) is 511210 and the Business size standard is 750 employees. The Government intends to award a firm-fixed price Purchase Order resulting from this combine d synopsis/solicitation to be delivered at Aberdeen Proving Ground, Maryland for the following items: License Model for automated test information reporting system: CLIN 0001 - COGNOS 8 BI BUSINESS AUTHOR - 2 each; CLIN 0002 - COGNOS 8 REPORT NET ADMINISTRATOR - 1 each; CLIN 0003 - COGNOS 8 BI PROFESSIONAL AUTHOR - 1 each. For a detailed description and specification, please contact Irene Mancuso at irene.mancuso@us.army.mil. The contract will be awarded to Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination as to equality of the pro duct and shall be based on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the quotation. To ensure sufficient information is available, vendors are requested to pr ovide descriptive material such as illustrations, drawings, or other information necessary for the Government to determine whether the product meets the salient characteristics of the requirement. The Government will award a contract to the offeror whose o ffer conforms to this solicitation and will be most advantageous to the Government, price and other factors considered. The following clauses are incorporated by reference. 52.204-7 Central Contractor Registration; 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment; 52.212-1 Instructions to Offeror s-Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial I tems without addenda; 52.222-22 Previous Contracts and Compliance Reports; 52.223-11 Ozone-Depleting Substances; 52.225-4 Buy American Act-North American Free Trade Agreement-Israeli Trade Act Certificate; 52.243-1 Changes-Fixed Price; 52.247-34 F.O.B. Destination; Acceptance shall be at destination. 252.204-7004 Alt A Central Contractor Registration. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items, with quotations. The clause 52.212-5 Contra ct Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, without addenda apply to this acquisition including the following FAR clauses cited within this clause. 52.203-6 Restrictions on Subcontractor Sales to the Governm ent, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-8 Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.219-14 Limitations on Subcontracting (DEC 1996)(15 U.S.C. 637(a)(14); 52.222-3 Convict Labor (June 2003)(E.O. 1175 5); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jun 2004)(E.O. 13126); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietn am Era; 52.222-36 Affirmative Action For Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (Jan 2005) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub.L. 108-77, 108-286); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999); and 252.204-7004 Required Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this acquisition. The following clauses cited within the clause 252.212-7001 are applicable: 52.203-3, Gratuities (Apr 1984)(10 U.S.C. 2207); 252.225-7012, Preference for Certain Domestic Commodities (Jun 2004)(41 U.S.C. 10a-10d, E.O. 10582); 252.225-7021, Trade Agreements (Jun 2005) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note); 252.232- 7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227); 252.243-7002 Requests for Equitable Adjustment (Mar 1998)(10 U.S.C.2410); 252.247-7023, Transportation of Supplies by Sea (May 2002); 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000)(10 U.S.C. 2631). The full text of the FAR/DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil and http://www.arnet.gov/far. Quotations must be signed, dated, and received by 11:00 AM (Eastern Standard Time) on November 22, 2006 via fax at 410-306-3889 or email at irene.mancuso@us.army.mil at the US Army Contracting Agency, Directorate of Contracting, Attention: SFCA-NR-APC-T, 4 118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Ve ndors may register with CCR by calling 1-800 -334-3414 or by registering online at http://www.bpn.gov/CCR. For questions concerning this Request for Quotations contact Irene Mancuso, Contract Specialist via email to: irene.mancuso@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN01182349-W 20061118/061116220743 (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.