Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
MODIFICATION

70 -- SIAM software

Notice Date
9/8/2010
 
Notice Type
Modification/Amendment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, AF ISR Agency, AF ISR Agency/A7K, 102 Hall Blvd, Ste 258, Lackland AFB, Texas, 78243, United States
 
ZIP Code
78243
 
Solicitation Number
F2MTKV0197A001
 
Archive Date
9/29/2010
 
Point of Contact
TERESA B FILIPPONE, Phone: 2109776174
 
E-Mail Address
TERESA.FILIPPONE@US.AF.MIL
(TERESA.FILIPPONE@US.AF.MIL)
 
Small Business Set-Aside
N/A
 
Description
F2MTKV0197A001 The HQ AF ISR Agency, Contracting Flight at Lackland AFB, TX intends to make a purchase Order on a Brand Name software. This is a combined synopsis/solicitation for commercial items one-of-a-kind, commercial off-the-shelf that is developed and maintained exclusively by Science Applications International Corporation (SAIC), prepared in accordance with the format in Subpart 12.6, as supplemented, with additional information included in this notice: REQUIREMENT: l each support renewal of Science Application International Corporation, SIAM, software license POP 1 SEP 2010 - 31 Aug 2011. The end user will be the JIOWC/J62, 2 Hall lvd - Ste 217 San Antonio, Tx 78243. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-43. The requirement is FOB Destination. Payment of invoices will be made by DFAS-LI. The following FAR clauses and provisions apply to this requirement which can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. 52.212-1, Instructions to offerors - Commercial Items (JUN 2008), 52.212-2 Evaluation of Commercial items (Jan 1999), 52.212-3, Offeror Representations and Certifications - Commercial items, (Aug 2009), 52.212-4, Contract Terms and Conditions- Commercial Items (JUN 2010): FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commerical Items (JUL 2010), (DEVIATIONS): as do the following FAR clauses cited therein: 52.222-26, Equal Opportunity (Mar 2007); 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam ERA (Sep 2006), 52.225-3 Buy American Act Supplies (JUN 2009), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.232Protest After Award (Aug 1996) and 52.252-2 Clauses Incororated by Reference (Feb 1998). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010), DFARS 252.225-7001; Buy American Act and Balance Payment Program (Jan 2009); 252.204-7004, Required dCentral Contractor Registration (Sept 2007), FIRMS THAT RECOGNIZE AND CAN PROVIDE THE REQUIREMENT DESCRIBED ABOVE ARE ENCOURGED TO IDENTIFY THEMSELVES AND PROVIDE THE SUPPORTING EVIDENCE DESCRIBED HEREIN. THE GOVERNMENT WILL MAKE AN AWARD TO THE RESPONSIBLE OFFEROR WHOSE OFFER CONFORMS TO THIS REQUIREMENT AND THE LOWEST PRICE, AS FOLLOWS: 1) A DECISION ON THE TECHNICAL ACCEPTABILITY SHALL BE MADE FOR REQUIREMENTS OTHER THAN BRAND NAME. ONLY THOSE OFFERORS DETERMINED TO BE TECHNICALLY ACCEPTABLE WILL BE CONSIDERED FOR AWARD. 2) ALL TECHNICALLY ACCEPTABLE OFFERORS WILL THEN BE RANKED BY EVALUATED PRICE. AWARD WILL BE MADE TO THE OFFEROR WHOSE OFFER HAS BEEN FOUND TO BE TECHNICALLY ACCEPTABLE AND IS THE LOWEST PROPOSED PRICE. ALL RESPONSES RECEIVED BY THE DUE DATE WILL BE CONSIDERED BY THE GOVERNMENT.Offers are due at the AF ISR Agency Contracting Division not later than 12:00 PM, Central Time, 10 Sep, 2010 and should reference the Solicitation listed above Quotes may be emailed to Teresa B Filippone at teresa.filippone@us.af.mil AF ISR Agency/A7KA, 102 Hall Blvd Ste. 258, San Antonio TX 78243-7091, Comm.: 210-977-6174, faxed to (210)977-6414.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d1d469200dac76ab5a56ea01c6c66b6f)
 
Place of Performance
Address: JIOWC/J62, 2 HALL BLVD Ste 217, San Antonio, Texas, 78243, United States
Zip Code: 78243
 
Record
SN02272615-W 20100910/100908235342-d1d469200dac76ab5a56ea01c6c66b6f (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.