SOLICITATION NOTICE
99 -- Evidence Tracking System (ETS) Software Licensing and Support Services. Responses are due no later than 11:00AM on 16 September 2011.
- Notice Date
- 9/13/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
- ZIP Code
- 22331-1700
- Solicitation Number
- W91WAW-11-R-0152
- Response Due
- 9/16/2011
- Archive Date
- 11/15/2011
- Point of Contact
- Tyrone Worrell, 6095624815
- E-Mail Address
-
Contracting Center of Excellence (NCR-CC)
(tyrone.c.worrell.civ@mail.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. W91WAW-11-R-0152 Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number for the Request for Quote (RFQ) is W91WAW-11-R-0152. The provisions and clauses in the RFQ are those in effect through FAC 2005-50. This acquisition is a Small Business Set-Aside. NAICS code 541511 size standard $25,000,000.00 applies. See the attached for a list of contract line items, quantities and unit measures (including any applicable options). The Army Contracting Command-National Capital Region (ACC-NCR), on behalf of the Department of Defense Office of the Inspector General (DoDOIG), Arlington, VA is issuing this combined synopsis/solicitation to provide Evidence Tracking System (ETS) Software Licensing and Support. The expected period of performance is not to exceed 6 months from date of award. Place of performance: Support service, integration, and training shall be held at 400 Army Navy Drive, Arlington, VA. The Contractor shall include all travel costs within quoted pricing and shall be responsible for all costs associated with travel and other ODCs. Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items, which is incorporated by reference. Contract Terms and Conditions-Commercial Items and FAR 52.212-1 Addendum. FAR 52.212-2 Evaluation Commercial Items and Addendum is applicable and the Government intends to award a Firm-Fixed-Price (FFP) contract. Each quote will be evaluated utilizing Lowest Price Technically Acceptable. Offerors must have current information posted on the Online Representations and Certifications Application (https://orca.bpn.gov/) or include completed copies of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with their offer. Contract Terms and Conditions-Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commerical Items are applicable. Attachment(s): 1) W91WAW-11-R-0152 The response date and time for offers is no later than 16 September 2011 at 11:00AM EST. Offers must be signed, dated and submitted electronically to tyrone.c.worrell.civ@mail.com and grace.a.battle.civ@mail.mil. Vendors not registered in Central Contract Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or register online at http://www.ccr.gov. Point of Contact: Tyrone Worrell, tyrone.c.worrell.civ@mail.com, Grace Battle, grace.a.battle.civ@mail.mil All FAR clauses may be viewed in full text via the internet at http://farsite.hill.af.mil. All offerors must be Central Contractor Registered (CCR) and online representation and certification application (OCRA) must be activated. ORCA registration for online representation and certification application (ORCA) may be viewed via the internet at www.bpn.gov. Offers may include a complete copy of the provision at FAR 51.212-3 with their offer, which can be downloaded from the internet. Offerors that fail to furnish the required representation information via submission or ORCA registration may be excluded from consideration. PLEASE NOTE: All contractual and technical questions must be submitted in writing (e-mail only) to Tyrone Worrell at tyrone.c.worrell.civ@mail.com and Grace Battle at grace.a.battle.civ@mail.mil not later than 2:00pm on 15 September 2011. Telephone questions will not be accepted. Potential offerors will be responsible for downloading a copy of this combination synopsis/solicitation, attachments and amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4d019461d19618399e09b7d803900d7c)
- Place of Performance
- Address: Contracting Center of Excellence (NCR-CC) 200 Stovall Street, 11TH Floor Alexandria VA
- Zip Code: 22331-1700
- Zip Code: 22331-1700
- Record
- SN02574521-W 20110915/110914000635-4d019461d19618399e09b7d803900d7c (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 |