Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2008 FBO #2491
SOLICITATION NOTICE

58 -- OnviCord Software and Hardware upgrade

Notice Date
9/19/2008
 
Notice Type
Modification/Amendment
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, AETC Headquarters, 555 E Street East, Building 581, Randolph AFB, Texas, 78150-4440
 
ZIP Code
78150-4440
 
Solicitation Number
FA3002-08-SF-1002
 
Response Due
9/26/2008 12:15:00 PM
 
Archive Date
10/11/2008
 
Point of Contact
Philip L. Jacobsen, Phone: 2106527752
 
E-Mail Address
Philip.Jacobsen@randolph.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THIS PROPOSED CONTRACT ACTION IS FOR SUPPLIES AND SERVICES FOR WHICH THE GOVERNMENT INTENDS TO AWARD AS A 100% SMALL BUSINESS SET ASIDE. THIS NOTICE OF INTENT IS A REQUEST FOR COMPETITIVE PROPOSALS. IAW FAR 6.301(D)(2) THE GOVERNMENT WILL CONSIDER ANY PROPOSALS RECEIVED BY THE DUE DATE FOR THIS COMBINED SYNOPSIS/SOLICITATION. THE GOVERNMENT WILL ACCEPT BRAND NAME OR EQUAL. SUBJECT: Request for Technical and Price Proposal; Deliver and install OnviCord hardware and software upgrades to respective AETC bases (Columbus AFB, MS, Laughlin AFB, TX, Randolph AFB, TX, Sheppard AFB, TX and Vance, AFB, OK) as specified below. 1. 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. 2. This synopsis is issued as a Request for Proposal (RFP). Solicitation number FA3002-08-SF-1002 3. This procurement is being set aside for small business interests. The NAICS code for this requirement is 423690; Size Standard is 100 employees. 4. The contractor shall provide all personnel, transportation, equipment, tools, labor, supplies, materials and technical expertise required. The requirement includes the following. Line item 0001 Five (5) year OnviCord Premium Software Support; Shipping; and Installation, starting 1 Oct 2008, at each of the 5 locations. Line item 0002 2 - OnviNet SB Recording towers / Includes: Analog Radio Modular Interface; OnviNet Analog 16 Port MOD kit; OnviCord Release Version 6.1.1; MySQL Pro 5.0 Database; Windows XP Pro; all associated software licenses. One (1) year hardware warranty; 5. Item description is reflected in the Statement of Work (attachment #1). 6. The contractor shall deliver the LMR infrastructure upgrade to HQ AETC/A3FV, Donald Graham, 1 F Street, Suite 2 Randolph AFB TX 78150-4545. Primary Acceptance will be by HQ AETC/A3PV, Donald Graham, 1 F Street, Suite 2, Randolph AFB TX 78150. Delivery schedule will be 5 years from date of award. 7. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The offeror will include a technical proposal as well. 8. FAR 52.212-2, Evaluation - Commercial Items, applies to this award. 9. Offerors are required to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. The contractor also must complete paragraph J of the provisions at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, return this information with your proposal. 10. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 11. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues of Executive Orders - Commercial Items, applies to this acquisition. 12. FAR 52.232-18, Availability of Funds - applies to this acquisition. 13. Warranty requirements are addressed as part of the line item requirements. This requirement has a need for 5 years of software support and a 1 year hardware warranty at each of the 5 locations. 14. Offers are due by 25 Sep 08, 3:00 PM Central Standard Time. Fax or e-mail copies of your technical and price proposal to: AETC CONS/LGCD, Attn: Capt Philip Jacobsen, Philip.Jacobsen@randolph.af.mil, fax 210-652-5733, 2021 First Street West, Randolph AFB TX 78150-4302. 15. If you have any questions regarding this requirement, please contact Capt Jacobsen at 210-652-7752 or Marcelo Buckley at 210-652-4253 or by e-mail to mailto:Philip.Jacobsen@randolph.af.mil AND mailto:Marcelo.Buckley@randolph.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cbe78f04c7fbf1ad311ac9c551c7c6a6&tab=core&_cview=1)
 
Place of Performance
Address: Columbus AFB, Laughlin AFB, Randolph AFB, Sheppard AFB, and Vance AFB., United States
 
Record
SN01675978-W 20080921/080919220435-cbe78f04c7fbf1ad311ac9c551c7c6a6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.