Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOLICITATION NOTICE

70 -- TAC Vista Upgrade

Notice Date
9/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L-09-T-0995
 
Response Due
9/23/2009
 
Archive Date
11/22/2009
 
Point of Contact
Steven Anthony, 580-442-6214
 
E-Mail Address
ACA, Fort Sill
(steven.anthony@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PART: U.S. Government Procurements SUBPART: Supplies, Equipment, Material, Removal/Installation CLASS CODE: 7030 OFFICE ADDRESS: Mission and Installation Contracting Command Directorate of Contracting 1803 Macomb Road Fort Sill, Ok 73503-9011 Combination Synopsis Solicitation SOL #: W9124L-09-T-9995 Response Date : 23 September 2009 by 4:00 p.m. CST 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This Solicitation W9124L-09-T-0995 is a Request for Quote (RFQ) for survey software, in accordance with the Governments requirement below. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-33, effective 15 June 2009. The North American Industrial Classification System (NAICS) number is 511210 and the business size standard is $25.0M. This proposed acquisition is unrestricted. All prospective offerors must be actively registered in Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html Payment will be made by government purchase card (visa). The government will not and cannot make payment through PayPal. Please provide quote in spaces provided below: Description: CLIN 0001 TAC Vista V Upgrade as specified below OR EQUAL This upgrade will allow the use of Microsoft Vista and Office 2007. Purchase will include 2 upgrade copies of TAC Vista V Server, 2 upgrade copies of TAC Vista V WorkStation, 1 upgrade copy of TAC Vista V Graphics editing tool, 1 upgrade copy of TAC Menta V Software editing tool, 1 upgrade copy of TAC Vista V Reports package, 1 upgrade copy of TAC V Web station with 6 concurrent users, 1 new copy of Newron NL220 Network Management Software, and 1 new NL220 Hardware license. Upgrade the TAC Vista workstations in building 1950 and 462 with Vista V 5.12. Migrate the SQL database over to government supplied MS2003 server and link with Visata database on the machine in building 1950. Upgrade TAC from Lonmaker for Windows to Newron NL220 for the Network Management software. (Lonmaker is not compatible with Office 2007.) TAC Vista workstation will be loaded on third PC supplied by the government. Install TAC Vista V on 2 each laptops provided by DPW. This will require 2 each copies of Vista V Workstation Standard including Vista Server. One each copy of Newron NL220 Network Management Software. Upgrade the Vista workstation in Building 1950 with Vista V 2.X. Migrate the SQL database over to government supplied MS2003 server and link with Vista database on machine in building 1950. Unit Price $____________ x $_____________Each = extended price $___________. CLIN 0002 Contract Manpower Reporting (specification below) Unit Price $____________ x $_____________Each = extended price $___________. Completion Date: Requested completion date is 30 days After dated Contract (ADC) award. Quote should reflect FOB: Destination All Quotations shall be clearly marked with RFQ number W9124L-09-T-0995 and emailed to the POC listed below or faxed to 580-442-3819, no later than 4:00 PM, CST, 23 September 2009. Bidder/offeror shall submit bid/offer on all bid items. Failure to do so will be cause for rejection of the bid/offer. Contact Steve Anthony, Phone: 580-442-6214, email: steven.anthony@us.army.mil The following clauses are applicable to this acquisition and incorporated by reference: For further information please go to the associated websites: http://acquisition.gov/comp/far/index.html and http://farsite.hill.af.mil. FAR 52.204-7 Central Contractors Registration, FAR 52.211-6 Brand Name or Equal, FAR 52.212-4 Contract Terms and ConditionsCommercial Items, FAR 52.247-34 F.O.B. Destination, DFARS 252.201-7000 Contracting Officers Representative, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7004 Required Central Contractors Registration, DFARS 252.211-7003 ALT 1 Item Identification and Valuation, DFARS 252.232-7010 Levies on Contract Payments. The following clauses are applicable to this acquisition and incorporated by full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses within the aforementioned clause are being selected as applicable: 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.225-13, and 52.232-36. FAR 52.222-41 Service Contract act of 1965, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, and FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following DFAR clauses within the aforementioned clause are being selected as applicable: 252.205-7000, 252.225-7001, 252.225-7036, 252.232-7003, and 252.247-7023. The following provisions are incorporated by reference: 52.212-1 Instructions to OfferorsCommercial Items. FAR 52.214-31, Bidders may submit facsimile bids as responses to this solicitation. The following provisions are incorporated by full text: 52.212-3 Offeror Representations and CertificationsCommercial Items, 52.252-1 Solicitation Provisions Incorporated by Reference. Offerors are to include a completed copy of provision FAR 52.212-3, Offer or Representations and Certifications- Commercial Items. AMC AGENCY LEVEL PROTEST PROCEDURES If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program. the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command counsel Room 2-1 SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) Additional Clarifications and Additional Requirements are applicable to this acquisition as follows: APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately mile). Entrance to Apache Gate is on the left (south). FAIR LABOR STANDARDS ACT AMENDMENT (MAY 74) Notwithstanding any other provision of this contract, the minimum wage payment shall be specified by P.L. 93-259 or the applicable Service Contract Act Wage Determination Rate, if any, whichever is greater. APPLICABLE WAGE DETERMINATION (S) The following U.S. Department of Labor Wage Determination (s) is (are) applicable to this procurement: (a copy of each Determination is incorporated herein and made a part hereof at Attachment 1.) Wage Determination No Date 2005-2525 (Rev 9) 07/09/2009 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hires incorporated into this contract by reference by FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION EMPLOYEE CLASS MONETARY WAGE-FRINGE BENEFITS* Computer Systems Analyst I$24.54 36.25% ACCOUNTING FOR CONTRACT SERVICES The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors): (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (The Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information.; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the Unites states and nearest city, county, when in a overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees employed in theater this reporting period (by country). Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. PAYMENTS The Government will process payments for supplies/services rendered under this contract through the Government-wide Commercial Purchase Card (GPC). The Contractor shall furnish the Government a credit card receipt of the transaction within 24 hours after shipping the supplies or performance of service (see block 9 of the SF1449 or block 6 of the DD1155 for the mailing address. The third party is: US Bank, GPC Payment Services, PO Box 6313, Fargo, ND 58125-6313 The purchase card to be used is: GSA Smart Pay Purchase Card (GPC) SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THEFOLLOWING FORMAT: 1. NAME AND ADDRESS. 2.CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER.(MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxxx)). 3.DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4.SHIPPING AND PAYMENT TERMS. 5.COMPLETE MAILING ADDRESS. 6.TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. EVALUATION AND AWARD The Government will evaluate offers in response to this request and award a purchase order to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 8.405-5(b) and/or FAR 13.106-2(b). CLARIFICATION OF THIS SOLICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Steven Anthony at email: steven.anthony@us.army.mil COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK35/W9124L-09-T-0995/listing.html)
 
Place of Performance
Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
 
Record
SN01958570-W 20090918/090917002410-fb3a6b82c624149e49338295c3dd96d4 (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.