Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
MODIFICATION

D -- SYStrack Software and License, Corrections to Original Solicitation

Notice Date
9/15/2010
 
Notice Type
Modification/Amendment
 
NAICS
334611 — Software Reproducing
 
Contracting Office
Fort Carson DOC, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-10-T-0352
 
Response Due
9/21/2010
 
Archive Date
11/20/2010
 
Point of Contact
James Moreno, 719-526-6619
 
E-Mail Address
Fort Carson DOC
(james.moreno@us.army.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 and 13.106, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Quotes shall reference solicitation number W911RZ-10-T-0352. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. Fort Carson intends to award a firm-fixed-price purchase order for SYStrack Software and Licenses. The associated North American Industrial Classification System (NAICS) code for this procurement is 334611 and the size standard is 500 employees. This requirement is set aside for 100% small business. The Contractor shall propose the following Contract Line Item Numbers (CLINS): All CLINs shall be quoted FOB Destination to Ft Carson, CO 80913. 01SYStrack Desktop License- 10 Pack; 1 Year Part number LS2042 Qty: 144 each Price per Unit $ ___________ Total Price $ ____________ 02 SYStrack Desktop Software Assurance-10 Pack; 1 year Part number LS2036 Qty: 144 each Price per Unit $ ___________ Total Price $ ____________ Total Price $ ____________ OFFERORS SHALL COMPLY with instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation [Contractor shall submit their quotation on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an overall total price. The offeror shall include, any discount terms, cage code, DUNS number, tax identification number, size of business, acknowledgement of solicitation Amendments (if any), warranty information, shipping/handling charges (must be specified), FOB Destination and a statement that the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, has been completed electronically online at http://orca.bpn.gov/publicsearch.aspx] The provisions at FAR 52.212-2 Evaluation-Commercial Items applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The factors used to evaluate offers will be lowest price technically acceptable. 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. Additional FAR clauses cited in this clause applicable to this acquisition are: 52.219-28 Post Award Small Business Program Representation [The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code 339920] 52.222-3 Convict Labor 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 following FAR clauses are applicable to this acquisition. 52.202-1 Definitions 52.203-3 Gratuities 52.204-7 Central Contractor Registration 52.204-10 Reporting Subcontract Awards 52.252-2 Clauses Incorporated by Reference The following DFAR clauses are applicable to this acquisition: 252.204-7004 Required Central Contractor Registration 252.204-7004 Alt A Central Contractor Registration Alternate A 252.225-7002 Qualifying Country Sources as Subcontractors 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. Additional DFARs clauses cited in this clause applicable to this acquisition are: 252.225-7001 Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (NOV 2008) (LOCAL CLAUSE) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command, Office of Command Counsel, 9301 Chapek Rd, Room 2-1SE3401, Ft. Belvoir, VA 22060-5527, Facsimile number (703) 806-8866 or 8875. Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command, Office of Command Counsel, Room 2-1SE3401, 1412 Jackson Loop, Ft. Belvoir, VA 22060-5527. The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Clause). The Contracting Officer for this acquisition is Ms. Dorothy Bell; dorothy.f.bell@us.army.mil To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. All questions shall be must be submitted via email to James Moreno, Contract Specialist; james.moreno@us.army.mil not later than 1:00 p.m. Mountain Time Zone, 17 September 2010. Written quotations are due NLT 12:00 pm Mountain Time Zone, 21 September 2010 and shall be emailed to james.moreno@us.army.mil. The government will not accept telephone calls or facsimile questions or quotations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7c634930d3e7d552f6da36340f98fe98)
 
Place of Performance
Address: Fort Carson DOC Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN02282468-W 20100917/100915235634-7c634930d3e7d552f6da36340f98fe98 (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.