Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2009 FBO #2804
SOLICITATION NOTICE

58 -- Harris Annual Software Licensing - Justification & Approval

Notice Date
7/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Activity, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
2165-9190-0647
 
Archive Date
8/26/2009
 
Point of Contact
Susan M. Madrid, Phone: 951-413-2371, Jessie Feliciano, Phone: 951-413-2406
 
E-Mail Address
susan.madrid@dma.mil, jessie.feliciano@dodmedia.osd.mil
(susan.madrid@dma.mil, jessie.feliciano@dodmedia.osd.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Justification ANNUAL LEASE, SERVICE AND SUPPORT FOR THE GOVERNMENT LICENSED ‘VISION’ PROGRAM MANAGEMENT AND SCHEDULING SYSTEM AND THE BROADCAST MANAGEMENT SYSTEM (BMS) TRAFFIC MANAGEMENT SYSTEM This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The resulting contract will be awarded on a sole source basis to the Harris Corporation, the justification & approval is attached hereto. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation/synopsis reference number 2165-9190-0647 is being issued as a Request for Proposal (RFP) and incorporates the following with the word “quoter” substituted for “offeror”. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-35 effective 14 Jul 2009 and DFARS Change Notice 20090721. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (JUN 2008): (a)Re para (a): NAICS 334220; small business size standard is 750 employees. (b)Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time of contract award and throughout the performance period. (2)FAR 52.212-2 (Evaluation – Commercial Items) (JAN 1999) with the following insertion in para (a) “lowest priced technically acceptable quote with acceptable past performance.” Technical evaluation will be whether quoted items satisfy all required characteristics contained in CLIN 0001. (3)QUOTATIONS MUST BE RECEIVED NO LATER THAN 2:00 PM PACIFIC TIME 11 AUGUST 2009 IN ORDER TO BE CONSIDERED. Quote submissions may be e-mailed to susan.madrid@dodmedia.osd.mil or sent via fax to (951) 413-2432. Due to technical issues, email and fax may not result in your proposal arriving before the cut-off time, please allow extra time if you’re sending your quote via electronic means. (4)Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items) (JUL 2009) with Alt 1 (APR 2002) or indication that reps and certs are located on the Online Representations and Certifications Application (ORCA) website. CLIN 0001 – ANNUAL LEASE, SERVICE AND SUPPORT FOR THE GOVERNMENT LEASED ‘VISION’ PROGRAM MANAGEMENT AND SCHEDULING SYSTEM AND THE ‘BMS’ TRAFFIC MANAGEMENT SYSTEM QTY: 1 Each Unit Price: Total Amount: P/N: Vendor: The Harris Corporation Description: Annual Software License, Software Maintenance and technical support for 8 channels of “Vision” program management and 8 channels of “BMS” traffic management. Services shall include the following: •8 channels of Vision program and BMS traffic management systems. •System software updates to ensure software features and capability are equivalent to the latest systems. •Software updates to correct defects that affect performance and reliability. •Online support to identify and resolve problems with these systems. Period of Performance: 01 Sep 2009-31 August 2010. It is the responsibility of all interested quoters to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the quoter by the Government. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to http://www.ccr.gov/ and follow the instructions. The Government will issue an order to the responsible quoter, with acceptable past performance, submitting the lowest priced technically acceptable quotation. This order will include the following referenced clauses which may be accessed electronically at www.arnet.gov: FAR 52.204-9 (Personal Identity Verification of Contractor Personnel (SEP 2007) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAR 2009) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (JUN 2009) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMC clauses, 52.0100-4028 (Contract Contact Information)(DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006), will be included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/2165-9190-0647/listing.html)
 
Place of Performance
Address: 23755 Z. STREET, RIVERSIDE, California, 92518, United States
Zip Code: 92518
 
Record
SN01891271-W 20090731/090730000504-d91f2bdcd685dc4de093a4aa58201b6d (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.