Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

D -- Installation of BMC Remedy Software - Brand Name Documentation

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
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
F3Z4539082A002
 
Archive Date
10/6/2009
 
Point of Contact
David A. Volberg, Phone: 7074247737, Josephine G Cobb, Phone: (707) 424-7720
 
E-Mail Address
david.volberg@travis.af.mil, josephine.cobb@travis.af.mil
(david.volberg@travis.af.mil, josephine.cobb@travis.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Documentation Travis AFB intends to award a brand name purchase order for Remedy Software & Training. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, effective 11 Aug 2009, DCN 20090825, and AFAC 2009-0803. This acquistion will be brand name. The North American Industry Classification System (NAICS) code is 541511. The business size standard is $25 M. The Federal Supply Class (FSC) is D308. The Standard Industrial Classification (SIC) is 7371. This request for quotation consists of the following: CLIN 0001: Software Installation / Integration / Configuration / Testing; (1 day) Installation of Server Software; Integration of current Data into new systems; Integrate BMC Remedy IT Service Management Applications / Integrate BMC AR System custom applications; Integrate with mobile systems; (1 day) Complete Server Software Configuration; Create Record and Alert Rules; Install Smart Client on Mobile Devices; (1 day) Test Application Functionality; (1 day) End User Training and Installation Wrap Up (4 days); CLIN 0002: Administator Training; 2 day Administrator Training (1 each); Award shall be made in the aggregate, all or none. Please provide quote valid for at least 30 days. The following provisions/clauses apply to this solicitation. FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.212-1 Instruction to Offerors - Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions (Deviation);FAR 52.219-6 Notice of Total SB Set Aside; FAR 52.219-28 Post Award Small Business Program;FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity;FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR52.222-41 Service Contract Act of 1965 [Wage Determination No: 2005-2069; Revision No. 8; Date of Revision: 05/26/2009];FAR 52.222-42 Statement of Equivalent Rates for Federal Hires [14071 Computer Programer I, $12.95 + 33% Fringe benefits. This statement is for informational use only. This is not a wage determination.]; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.252-2 Clauses Incorporated by Reference. Use the following fill-in: http://www.arnet.gov/far or http://farsite.hill.af.mil; FAR 52.252-6 Authorized Deviation in Clauses. Use the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.212-7001 Contract Terms and Conditions DEVIATION; DFARS 252.232-7003 Electronic Submission of Payment Requests. Requests for payments must be submitted electronically through the Wide Area Work Flow system at [ http://wawf.eb.mil ];DFARS 252.247-7023 (Alt III) Transportation of Supplies by Sea; AFFARS 5352.201-9101 OMBUDSMAN; Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must actively be registered with the Central Contrac tor Registration (CCR) [ http://www.ccr.gov ], at Wide Area Work Flow (WAWF) [ http://wawf.eb.mil ], and at Online Representations and Certifications Application (ORCA) at [ http://orca.bpn.gov ]. Please send any responses to David.Volberg@travis.af.mil or fax to 707 424 2712. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award. No verbal requests will be accepted. All inquiries must be submitted by 17 September 2009. Quotes are to be provided by fax or email NO LATER THAN 21 September 2009, 12:00 PM, PST. Point of contact is David Volberg, A1C, Contract Specialist, telephone (707) 424 7737, david.volberg@travis.af.mil. Alternate POC is Josephine Cobb, telephone (707) 424 7720, josephine.cobb@travis.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z4539082A002/listing.html)
 
Place of Performance
Address: Travis AFB, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN01952925-W 20090916/090914235750-052ce028a4b6dddc2147840fc874c02a (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.