Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
SOLICITATION NOTICE

D -- Media Inventory Management System Upgrade

Notice Date
9/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
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
HQ002992400020
 
Archive Date
10/2/2009
 
Point of Contact
Jisun Kang, Phone: 951-413-2211
 
E-Mail Address
jisun.kang@dodmedia.osd.mil
(jisun.kang@dodmedia.osd.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation prepared in accordance with the format in FAR Subpart 12.6 for commercial items, with a notice of intent to issue a Firm-Fixed Price (FFP) contract to CC Software, 1812 Empire Road, Suite J, Salt Lake City, UT 84104, on a sole source basis under the authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, 10 U.S.C. 2304(c)(1). The resulting contract will be awarded on a sole source basis to CC Software, for the following justification: The CCSoftware MIMS code modifications are to move existing MIMS software code to a new equipment platform and function nas a component of an existing MIMS system. Existing maintenance aggreement would be voided if another contractor worked on the proprietary code. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation/synopsis reference number HQ002992400020 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word “quoter” substituted for “offeror”. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 effective 11 August 2009 and DFARS Change Notice 20090729. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (APR 2008): (a) Re para (a): NAICS 541511; small business size standard is $25M. (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 8:00 AM PACIFIC TIME 17 SEP 2009 IN ORDER TO BE CONSIDERED. Quote submissions may be e-mailed to jisun.kang@dma.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) (NOV 2007) with Alt 1 (APR 2002) or indication that reps and certs are located on the Online Representations and Certifications Application (ORCA) website. CLIN 0001. Defense Imagery Management Operations Center (DIMOC) needs to port the code from HP-UX on a RISK processor system to Redhat Linux on an Intel processor system. There is also a need to update the system calls that control the robotic cranes, update the backend application code written in C, update the application front end code written in JAVA, upgrade all MIMS Application code to function with Sybase Adaptive Server v.15 and migrate all of the MIMS Application data from Sybase adaptive Server v.12.5 to v.15. 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) (FEB 2007) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (APR 2008) 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) (APR 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/HQ002992400020/listing.html)
 
Place of Performance
Address: 23755 Z Street, Riverside, California, 92518-2031, United States
Zip Code: 92518-2031
 
Record
SN01951465-W 20090913/090912001926-2b30cb486c0d9027a040caae4ea170e9 (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.