Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOLICITATION NOTICE

D -- Training System Upgrade and Redesign.

Notice Date
6/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
USPFO for Pennsylvania, Department of Veteran and Military Affairs, Annville, PA 17003-5003
 
ZIP Code
17003-5003
 
Solicitation Number
W912KC01440500
 
Response Due
7/13/2010
 
Archive Date
9/11/2010
 
Point of Contact
Cynthia Whitman, (717) 861-8710
 
E-Mail Address
USPFO for Pennsylvania
(cynthia.whitman@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. This is a request for proposal under solicitation number W912KC01440500. All businesses are invited to the combined synopsis/solicitation. Although a small business set-aside, if insufficient responses from small businesses, the set-aside may be dissolved and an award made without further announcement. The synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-41. NAICS Code is 541512 and the business size standard is $23 million. The description of requirements will be with a design that has the server system being resourced to have 450 Thin Clients running at the same time, add a battle command server (BCS)to have all 80 VMware machines running FBCB2 and MCS, increase the capability for growth and expansion, add more BCS systems to capabilities (AFATDS, ASIS, CPOF), expand the band width going to the SAN server to increase overall performance, modify the share point to improve management of the Regimental courseware, have a service contract to cover services and problems that could arise. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, is applicable. Each offeror's submission is evaluated according to the factors shown below. Factors and sub-factors will be treated equally to award to the offeror with the best value to the Government. A. Technical Approach (1) understanding of the work, creativity and thoroughness in understanding the objectives of the SOW and specific tasks. (2) Ability to address anticipated potential problem areas. B. Past Performance. C. Cost. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Between proposals/offers that are evaluated as technically equal in quality, cost will become a major consideration in selecting the successful offeror. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The vendor will be required to have the ability to accept the Government Visa International Merchants Purchase Authorization Card (GPC) for payment. Under this system, the vendor will receive payment for items and services using the credit card system. The Government is only obligated to the extent of authorized purchases actually made under the contract. The vendor will provide a single point of contact (1-800-number)for the Government, with direct communications (no electronic answering devices) Monday through Friday during normal working hours (7:30am thru 4:30pm Eastern Standard Time). This point of contact will provide same day responses to Government inquiries as required. The following information MUST BE PROVIDED with your quote submission: Tax identification number (TIN), Dun & Bradstreet number (DUNS), Complete business mailing address, contact name, phone number, fax number and e-mail address, completed annual representations and certifications per FAR 52.204-8 and proof of Central Contractor Registration. (CCR). Offers are due July 13, 2010 in The Department of Military and Veterans Affairs, USPFO for PA, Purchasing and Contracting, Annville, PA 17003 Attn: Cynthia Whitman by 2PM. For information regarding this synopsis/solicitation please email questions to: cynthia.whitman@us.army.mil. Telephone number is (717) 861-8710.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA36/W912KC01440500/listing.html)
 
Place of Performance
Address: USPFO for Pennsylvania Department of Veteran and Military Affairs, Annville PA
Zip Code: 17003-5003
 
Record
SN02186640-W 20100625/100623235637-261049c0b3f1b0c032c8c603b68a9620 (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.