Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SOLICITATION NOTICE

99 -- Telligent Software License

Notice Date
8/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
N00604 FISC PEARL HARBOR 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060410T3077
 
Response Due
8/11/2010
 
Archive Date
8/26/2010
 
Point of Contact
Felicia Heard 808-473-7543
 
Small Business Set-Aside
N/A
 
Description
Telligent SoftwareForUSPACOM This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulations (FAR) Subpart 12 - Acquisition of Commercial Items and FAR Subpart 13 - Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The solicitation number is N00604-10-T-3077. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-44 and DFARS Change Notice 20100802. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 511210 and the Small Business Standard is $25 million. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source (Telligent System, Inc.) under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Fleet and Industrial Supply Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing: CLIN 0001: Product License for Telligent Community v 5.5 plus disaster recovery license; CLIN 0002: Telligent Analytics v 3.5 plus disaster recovery license. Delivery is 30 days after date of contract award; Delivery Location is HQ USPACOM, Bldg 700, Elrod Road, Camp H.M. Smith, HI 96861-4026. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.222-3, Convict Labor52.222-19, Child Labor52.222-21, Prohibition of Segregated Facilities52.222-26, Equal Opportunity52.225-13, Restriction on Foreign Purchase52.232-33, Payment by Electronic Funds Transfer-CCR52.215-5, Facsimile Proposals Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including:252.225-7001, Buy American Act & Balance of Payments252.225-7036, Buy American Act-FTA-Balance of Payments252.232-7003, Electronic Submission of Payment Requests252.232-7010, Levies on Contract Payments252.204-7004, Alt CCR Registration5252.232-9402, Wide Area Work Flow This announcement will close at 4 PM (Hawaii Standard Time) on Wednesday, 11 August 2010. Contact Felicia Heard who can be reached at 808-473-7543 or email felicia.heard@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. The final contract award will be based on lowest price, technically acceptable. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes will be accepted via email only to the email address indicated above. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060410T3077/listing.html)
 
Record
SN02231277-W 20100808/100806234733-d94f923d4fd780b0d0ff3cdeeb94af51 (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.