Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2007 FBO #1984
SOLICITATION NOTICE

70 -- Web Emergency Response Operations Software

Notice Date
5/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, GA, 31699-1794, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4830-07-Q-0026
 
Response Due
5/11/2007
 
Archive Date
5/26/2007
 
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 for this procurement is FA4830-07-Q-0026 and is issued as Request for Quotation.This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2007-0314, Defense Acquisition Circular (DAC) 91-13 correction, DFARS Change Notice (DCN) 20070426, and Air Force Acquisition Circular (AFAC) 2007-0314. The solicitation is Set Aside for Small Business Concerns. The North American Industry Classification System is 511210. The small business size is 500. The BID SCHEDULE shall be for seven items Manufactured by ESI Acquisition Inc. as specified: LINE ITEM 0001: Web Emergency OC Professional (SN SW-CIMS-PRSM), DESCRIPTION: Web-based emergency management communications system,with real-time information sharing, linking local, state, national, and worldwide sources. Message Injects (or MSELs) to allow for drill and practice, build, edit and control sceanrio data; comply with NIMS and AFIMS standards; tailorable to conditions and policies of the user; comply with the provisions and standards for Incident Command System (ICS); integrate with other systems such as mapping (ESRI), other CIMS, and telephonic alert notification systems; viewable on individual PC's or displayed on large screens with simple/standard projection units; automated checklists with capability for status updates; unlimited status boards; direct access to National Weather Service watches, warnings and alerts. System architecture needs to incorporate existing infrastructure of a standard 3 tier with Microsoft SQL Server 2000 as the database, Microsoft IIS 6.0 as the web server, and clients use Microsoft Internet Explorer Version 5.5 or above. System is totally contained to the base. ESI Acquisition Inc. OR EQUAL. QTY 1 EA. LINE ITEM 0002: Web EOC Onsite Installation and Training (Product ID TS-INST4-ES). ESI Acquisition Inc. OR EQUAL. QTY 1 EA. LINE ITEM 0003: Web EOC GIS plug-in (Product ID SW-CIMS-GSE). ESI Acquisition Inc. OR EQUAL. QTY 1 EA. LINE ITEM 0004: EmerGeo NAERG2000 guide plus ALOHA plume Model Interface (Product ID SW-EMRNA-EM). ESI Acquisition Inc. OR EQUAL. QTY 1 EA. LINE ITEM 0005: EmerGeo Community Alert Network Interface (Product ID SW-EMRCA-EM). ESI Acquisition Inc. OR EQUAL. QTY 1 EA. LINE ITEM 0006: Server for WebEOC (Web) (Product ID HW-WDERV-DE) 2 processors @ 3.6GHz/2MB Cache, Xeon, 800MHzFront Side Bus 4GB RAM Three (3) 36GB,SCSI, 15K hard drives Windows Server 2003. ESI Acquisition Inc. OR EQUAL. QTY 1 EA. LINE ITEM 0007: Server for WebEOC (Dedicated Database ) (Product ID HW-DBSRV-DE) 2 processors @ 3.6GHz/2MB Cache, Xeon, 800MHzFront Side Bus 4GB RAM Five (5) 36GB,SCSI, 15K hard drives Windows Server 2003 Microsoft? SQL Server? 2005 STD Dual GB NICS Redundant Power Supply. ESI Acquisition Inc. OR EQUAL. QTY 1 EA. All items quoted shall be the exact items listed OR EQUAL. The contracting officer will determine if the quoted products are suitable substitutions making them qualify as an OR EQUAL product. All items shall contain manufacturer and part number. DELIVERY: Delivery shall be delivered to MOODY AFB GA 31699 FOB POINT: Destination price must include shipping. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the offeror whose price is judged to represent BEST VALUE to the Government. Best Value gives consideration to price and past performance. All offerors MUST BE registered with CENTRAL CONTRACTOR REGISTRATION (CCR). CCR registration may be initiated via the internet at http://www.ccr.gov/. OFFEROR?S SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER Representations and certifications may be initiated via the internet at http://orca.bpd.gov. The following listed FAR clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the internet at http://farsite.hill.af.mil/. 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. Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759), FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)), FAR 52.222-26 Equal Opportunity (E.O. 11246) FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212) FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793) FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) FAR 52.225-3, Buy American Act-Supplies (41 U.S.C. 10) FAR 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 10, pub.L.103-187) FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment, FAR 52.228-5 Insurance-Work on a Government Installation. The following FAR Clauses apply if marked /X/: / X/ FAR 52.214-21, Descriptive Literature, / X / FAR 52.219-6, Notice of Total Small Business Set-Aside. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 23rd CONTRACTING SQUADRON LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. EST ON 11 May 2007. ALL PROPOSALS SHALL BE MARKED WITH REQUEST FOR QUOTATION, SOLICITATION NUMBER, RECEIPT OF QUOTATION DATE & TIME, AND PROJECT THE TITLE ON THE PROPOSAL. FACSIMILE and EMAIL OFFERS WILL BE ACCEPTED. The point of contact for this solicitation is SSgt Edwin Zapata 229-257-2053, 229-257-3547 (fax), edwin.zapata@moody.af.mil MULTIPLE AWARDS WILL NOT BE MADE, ALL QUOTES SHALL CONTAIN ALL LINE ITEMS IN THEIR SPECIFIED QUANTITIES.
 
Place of Performance
Address: Moody AFB
Zip Code: 31699
Country: UNITED STATES
 
Record
SN01284749-W 20070503/070501220522 (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.