Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
SOLICITATION NOTICE

70 -- ICS TESTING SOFTWARE

Notice Date
8/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611420 — Computer Training
 
Contracting Office
141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
F6T8CC0217AC01
 
Response Due
8/25/2010
 
Archive Date
10/24/2010
 
Point of Contact
Nicole Fisher, 509-247-7222
 
E-Mail Address
141 ARW/MSC
(nicole.fisher@us.af.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 combined synopsis/solicitation for supplies 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. Reference number F6T8CC0217AC01 issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. Regulation Supplement (DFARS) change notice 20100623. This solicitation is set aside for small business; the associated NAICS code is 611420 and small business size standard is $7.0 MILLION. Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. The date, time and request for quote offers are due: 11:00 AM Pacific Time on 25 AUGUST 2010 to BOTH Heidi.weber.@us.af.mil and Nicole.fisher@us.af.mil 509-247-7224/2 FAX 509-247-7225. Electronic offers preferred. All questions must be submitted by email no later than 72 hours prior to bid close date. *MUST INCLUDE COMPANY CAGE CODE & TAX ID INFORMATION WITHIN QUOTE* This requirement is for the purchase of: ICS TESTING SOFTWARE CONTROL SYSTEMS DEVELOPMENT & TRAINING SOFTWARE: Part # UEJ-00014 or equal 0001-AA (QTY 4) Visual Studio 2008 Professional Edition with MSDN Premium 0002-AA (QTY 1) Repository of Security Incidents (RISI) 1 yr license OPERATIONS LICENSES Part #4817Z02 or equal 0003-AA (QTY 3) VMWare ESX Vsphere 0004-AA (QTY 2) Symantec BackupExec 12.5 for Windows Servers Licenses + Essential 12 months support 0005-AA (QTY2) Symantec BackupExec 12.5 Library Expansion Option + Essential 12 months support 0006-AA (QTY 3) Symantec BackupExec 12.5 Agent for Vmware Virtual Infrastructure License + Essential 12 month support 0007-AA (QTY 2) Symantec BackupExec 12.5 Agent for Active Directory License + Essential 12 months support 0008-AA (QTY1) Symantec BackupExec 12.5 Agent Microsoft SQL Server License + Essential 12 months support 0009-AA (QTY 1) Symantec BackupExec 12.5 Agent Windows Systems License + Essential 12 months support 0010-AA (QTY 2) Symantec BackupExec 12.5 Agent Remote Agent for Linux or Unix Servers + Essential 12 months support 0011-AA (QTY 3) Windows 2003 Server Standard Edition Part # P73-00003 or equal **ALL ABOVE NAME BRANDS ARE FOR REFERENCE ONLY. OR EQUAL PRODUCTS WILL BE ACCEPTED. ** ALL QUOTES MUST INCLUDE SHIPPING AND DELIVERY COSTS Delivery requirement: 30 days ARO, FOB Destination to Camp Murray, WA. Exact address will be provided upon award. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7 Central Contractor Registration FAR 52.204-10- Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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. This is a best value decision. The following factors shall be used to evaluate offers: Price and technical acceptability The Government will evaluate offers for award purposes. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restrictions on Certain Foreign Purchases ( greater than $2,500), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation" DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (solicitation only) DFARS 252-225.7001, BAA - Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012 and 252.225-7031 (if acquisition exceeds $100K) DFARS 252.225-7014 and 252.225-7015 (if acquisition exceeds $100K) and is subject to the Berry Amendment (see DFARS 225.7002) DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.246-7000, Material Inspection And Receiving Report
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6T8CC0217AC01/listing.html)
 
Place of Performance
Address: 141 ARW/MSC Washington Air National Guard Camp Murray WA
Zip Code: 98430
 
Record
SN02241722-W 20100818/100816234718-9f3118dae44d4be00df57d951de9b0db (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.