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

D -- Canto Cumulus Digital Asset Management Software

Notice Date
8/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611420 — Computer Training
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-10-T-7002
 
Response Due
8/16/2010
 
Archive Date
10/15/2010
 
Point of Contact
Karl P. Allen, 309-782-7981
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(karl.p.allen@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. Posted Date:06 August 2010 Response Date:16 August 2010 Set Aside:None Contracting Office Address: Army Contracting Command Rock Island Contracting Center (RICC) Rock Island, IL 61299-8000 POC: Karl P. Allen, 309-782-7981 Email: karl.p.allen@us.army.mil 1. This is a combined synopsis/solicitation for commercial items and services 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. 2. Solicitation number: W52P1J-10-T-7002 3. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. 4. North American Industry Classification System (NAICS) code for this solicitation is 611420. 5. United States Forces-Afghanistan (USFOR-A) STRATCOM/Public Affairs requires the procurement and training of Cumulus Digital Asset Management software. Descriptions of the requirement for these items are found in the Pricing Matrix (Attachment 1). Further details can be found in the Statement of Work (Attachment 2). 6. Description: The objective of this requirement is to obtain the Cumulus Digital Asset Management software (brand name) with 10 operational software licenses in accordance with the Statement of Work (Attachment 2). Subsequently, train the Government on the functions and utilization of the software to include executing queries, archiving and retrieving information. It is the Governments intent to obtain these services using a firm-fixed price contract, and utilizing a contractor that can provide outstanding technical support over the license period of time. Contract support is required for training on the effective use of the Digital Asset Management software. 7. Delivery: All deliveries must be in accordance with clauses: 952.225-0008 and 952.225-0007. FOB Inspection and Acceptance are both at Destination. a. Required Delivery Date: Estimated 15 September 2010 b. Ship To:USFOR-A Joint Combat Camera (PAO) Comm Directorate New Kabul Compound Kabul, Afghanistan APO AE 09356 c. Point-of-Contact (POC) responsible for inspection and acceptance (DD 250): Primary POC: LCDR Douglas Houser 8. 52.252-1 -- SOLICITATION PROVISIONS INCORPORATED BY REFERENCE. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. In addition, the full text of a solicitation provision may be accessed electronically at http://farsite.hill.af.mil. 9. FAR 52.212-2 - - EVALUATION COMMERCIAL ITEMS (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 items and service offered to meet the Government requirement; and (ii) Price. In order for the quote to be considered technically acceptable, the Government will make a determination of technical acceptability by evaluating the following: (i) Ability of the offeror to meet the schedule or timeline as stated in this solicitation (ii) The ability for the offeror to meet the salient characteristics and brand name items provided within each item requested. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 10. FAR 52.212-3 OFFEROR REPERSENTATION AND CERTIFICATIONS COMMERCIAL ITEMS. Offerors shall complete the fill-ins and certifications in provisions as necessary. Specifically, the provision FAR 52.212-3 shall be returned with the quote or acknowledge that Annual Representation and certification at Online Representations and Certifications Application (ORCA) are complete. Submission of the first page of ORCA is also acceptable. 11. 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS. This clause applies to this acquisition. 12. 52.212-5 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS. This clause applies to this acquisition. 13. 252.225-7042 AUTHORIZATION TO PERFORM. The offeror represents that it has been duly authorized to operate and to do business in the country or countries in which the contract is to be performed. 14. Defense Priorities and Allocation System: DOA6 15. Offer Due Date/Local Time: 16 August 2010 at 1400hrs CST. 16. Point of Contact: CPT Karl P. Allen, karl.p.allen@us.army.mil, 309-782-7981.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0729ab1a5bc78a5475796a354cc93d1a)
 
Place of Performance
Address: USFOR-A Public Affairs Office New Kabul Compound, Kabul, Afghanistan APO AE
Zip Code: 09356
 
Record
SN02231364-W 20100808/100806234821-0729ab1a5bc78a5475796a354cc93d1a (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.