Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
SOLICITATION NOTICE

70 -- Software - Brand Name Justification

Notice Date
9/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-10-Q-0533
 
Archive Date
9/23/2010
 
Point of Contact
Robert Gigliotti, Phone: 315-330-2205
 
E-Mail Address
robert.gigliotti@rl.af.mil
(robert.gigliotti@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-10-Q-0533 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100820. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set-aside under NAICS code 511210 and small business size standard of $25M dollars. The contractor shall provide the following Opnet (brand name required) items on a Firm Fixed Price basis, specifying the warranty term for hardware and including the cost of shipping FOB Destination: Item 1: Modeler perpetual right to use license. Includes one (1) distribution media MFR: OPNET QTY: 1 ea Item 2: Modeler License Upgrades for new releases, patch levels and software enhancements MFR: OPNET QTY: 1 ea Duration: 1 Year Item 3: Modeler Technical Support Agreement MFR: OPNET QTY: 1 ea Duration: 1 Year Item 4: Wireless Module Perpetual right to use license MFR: OPNET QTY: 1 ea Item 5: Wireless Module - License Upgrades for new releases, patch levels and software enhancements MFR: OPNET QTY: 1 ea Duration: 1 Year Item 6: Wireless Module - Technical Support MFR: OPNET QTY: 1 ea Duration: 1 Year Item 7: Terrain Modeling Module - includes OPNET Transceiver Pipeline stage & CDS terrain propagation modeling software which incorporates the Longley-Rice model using digital terrain data (DTED format) MFR: OPNET QTY: 1 ea Item 8: Terrain Modeling Module License Upgrades for new releases MFR: OPNET QTY: 1 ea Duration: 1 Year Item 9: Terrain Modeling Module Technical Support MFR: OPNET QTY: 1 ea Duration: 1 Year Offers shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The expected delivery date is 30 days After Receipt of Order (ARO). The place of delivery, acceptance and FOB destination point F4HBL1/Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET), Wednesday 08 September 2010. Submit to: AFRL/RIKO, Attn: Robert Gigliotti, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to robert.gigliotti@rl.af.mil. Offerors are encouraged to submit their quotes using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(10) No past performance information is required. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2 Evaluation -- Commercial Items applies. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: (i) Price alone. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their quote. 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 following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR and FAR Supplements provisions and clauses also apply: 52.247-34, FOB Destination 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-Q-0533/listing.html)
 
Record
SN02264632-W 20100903/100902000101-1673211dc310d281d624bda931e49093 (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.