Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
SOLICITATION NOTICE

70 -- DVD DECODER,Power DVD 8 SE VISTA, PN:DVDUSSEXG06

Notice Date
4/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
USAR Contracting Center - West (POM), Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955
 
ZIP Code
93955
 
Solicitation Number
W1EC1A00890001
 
Response Due
4/19/2010
 
Archive Date
6/18/2010
 
Point of Contact
PETT A. ARANTON, 831-242-6577
 
E-Mail Address
USAR Contracting Center - West (POM)
(pett.a.aranton@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. The Mission and Installation Contracting Command-West, Presidio of Monterey has an urgent requirement for 5,500 Part Number: DVDUSSEXG06, Power DVD 8 SE Vista DVD Decoder Software License ( Brand name ONLY), Maintenance and freight. 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; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-28. Proposals are due Monday, 19 April 2010 at 3:00 pm (PST) Required Delivery date: NLT: 3 May 2010 or sooner The point of contact for proposal submission is Mrs. Pett A. Aranton. The accepted submission methods are: Mail: Mission and Installation Contracting Command Western Region Presidio of Monterey Bldg 4385, Suite 2202 400 Gigling Road Seaside, CA 93955 E-mail: pett.a.aranton@us.army.mil Reference Solicitation no: W1EC48-0245-0001 This acquisition is a 100 percent set aside for Small Business concerns and only qualified offerors may submit bids. A firm fixed price contract is contemplated. The North American Industry Classification System (NAICS) code for this project is 443120 with a size standard of $9.0M. Prospective contractors must be registered in the Central Contractor Registration Database (www.ccr.gov), prior to award of a government contract. Offerors are further advised that failure to register in the DOD Central Registration Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. 0001. Power DVD 8 SE Vista DVD Decoder Software License 5,500 each x $_______Unit Price $_________Total 0002. Maintenance, one year 5,500 each x $________Unit Price $_________Total Total of items 0001 and 0002 $_________ 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acquisition.gov/comp/far/index.html http://www.arnet.gov.far http://www.dtic.mil/dfars 52.212-1 Instruction to Offerors Commercial Items Addendum to 52.212-1 Offerors shall provide the following: a) Signed copy of the offerors proposal. b) Copy of Filled Out 52.212-3 (Offeror Representations and Certifications) or reference to electronic copy of Representation and Certifications on the ORCA (On-line Representations and Certifications Application) website (https://orca.bpn.gov/). c) Written self-certification confirming offerors ability to meet the requirement on the solicitation. 52.212-2, Evaluation Commercial Items Addendum to 52.212-2 (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: Award will be made to the Lowest Price Technically Acceptable offeror. In order to be technically acceptable, offerors must meet the following minimum factors or salient characteristics: a) Must be able to meet delivery date of no later than 3 May 2010 or sooner. b) Must be able to provide the brand name required on the solicitation. c) Low Price. 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.232-36 Payment by Third Party (Credit Card) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration FAR 52.239-1 Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a). 252.225-7001 Buy America and Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.211-7003 Item Identification and Valuation 252.246-7000 Material Inspection and Receiving Report 252.225-7036 Buy American Act Free Trade Agreement 252.247-7023 Transportation of Supplies by Sea Additional Information to Offerors:. 1. Central Contractor Registration (CCR) is required in order for an offeror to receive a Government contract, so interested offerors are highly encouraged to register. For more information on this requirement, please refer to Paragraph k of FAR clause 52.212-1, Instructions to Offerors, and/or visit www.ccr.gov: 2. Offerors are encouraged to register with the Wide Area Workflow (WAWF). Payments will be made by electronic funds transfer through Defense Finance and Accounting Service (DFAS). The offeror that is awarded the contract must follow the instructions required for electronic submission of invoices on WAWF https://wawf.eb.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5c5d4577a956e127f18cc63ceb5c6fb9)
 
Place of Performance
Address: USAR Contracting Center - West (POM) Bldg 4385, Suite 2041, 400 Gigling Road Seaside CA
Zip Code: 93955
 
Record
SN02121120-W 20100416/100414234505-5c5d4577a956e127f18cc63ceb5c6fb9 (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.