Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2008 FBO #2489
SOLICITATION NOTICE

70 -- Initial Threat Module Software

Notice Date
9/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z1588241A002
 
Archive Date
10/10/2008
 
Point of Contact
Andrew J Pratt, Phone: 707-424-7766, Josephine G Cobb,, Phone: (707) 424-7720
 
E-Mail Address
andrew.pratt-02@travis.af.mil, josephine.cobb@travis.af.mil
 
Small Business Set-Aside
N/A
 
Description
Travis AFB intends to award a sole source purchase order to Night Readiness LLC for the following (made on an all or none basis): CLIN 0001: Virtual Terrain Board (VTB). Software Development Plan for Initial Basic Threat Module prototype Version 1 compatible with VTB Runtime Software; P/N: v2.0. Include QA processes and methods to be used for certifying final release, provide schedule & cost estimate for additional release versions TBD after initial review. In accordance with Federal Acquisition Regulation (FAR) 6.302-1(a), full and open competition need not be provided when there is only one responsible source and no other supply or service will satisfy agency requirements. This software is a proprietary system developed by Night Readiness for the USAF aircrew Night Vision Goggle (NFG) training program. The Night Readiness VTB is currently used on Travis AFB. Any other software would not be compatible with the software and hardware currently in place. The Federal Supply Class FSC is 5965. The North American Industry Classification System NAICS code is 334220. The Standard Industrial Classification SIC is 5065. The business size standard is 750 Employees. IAW FAC 2005-26, DCN 20080915, and AFAC 2008-0605. The following provisions and/or clauses apply to this acquisition. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-3 shall be completed as noted above and submitted with the offer. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: price and technical capability of the item offered to meet the Government requirement. FAR 52.233-4 Applicable Law of Breach of Contracts. FAR 52.204-7 Central Contractor Registration. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.222-19 Child Labor- Cooperation with Authorities and Remedies. FAR 52.222-3 Convict Labor. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.233-3 Protest After Award. FAR 52.247-34 F.O.B. Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A, Required Central Contractor Registration. DFARS DFARS 252.225-7001, Buy American Act and Balance of Payment Program. DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. DFARS 52.247-7023 Transportation of Supplies by Sea Alternate III. FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Deviation). FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.arnet.gov/far and http://farsite.hill.af.mil; clauses may be accessed electronically in full text by going to either of these two Internet addresses. FAR 52.252-6, Authorized Deviation in Clauses with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.219-28 Post Award Small Business Program Representation. DFARS 252.212-7001 Contract Terms and Conditions, AFFARS 5352.201-9101 Ombudsman (10 Aug 05). FAR 52.232-36 Payment by Third Party (GPC). FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-36, Affirmative Action for Workers with Disabilities. Vendors must be actively registered with the Central Contractor Registration CCR. The CCR website is http://www.ccr.gov. Vendors must be actively registered through https://orca.bpn.gov/login.aspx. Contractors are asked to submit their tax identification number and delivery terms ARO with their proposal. Please send any response by e-mail or fax to 707-424-5189. Quotes must be received at the 60th Contracting Squadron, LGCB flight, no later than 3:00 P.M. PST on 25 Sep 08. The point of contact for this solicitation is Andrew Pratt, 2LT, Contract Specialist, 707-424-7766, andrew.pratt-02@travis.af.mil. Alternate point of contact is Josephine Cobb, Contracting Officer, 707-424-7720.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1b436dc593b466743016bddd55887eea&tab=core&_cview=1)
 
Place of Performance
Address: Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN01673477-W 20080919/080917221402-1b436dc593b466743016bddd55887eea (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.