SOLICITATION NOTICE
70 -- Vega Software Annual Technical Support
- Notice Date
- 4/6/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Air Combat Command, HQ AIA, HQ AIA/LGCK 102 Hall Blvd, Ste 258, San Antonio, TX, 78243-7030
- ZIP Code
- 78243-7030
- Solicitation Number
- Reference-Number-F5ADOX-4056-0500
- Response Due
- 4/9/2004
- Archive Date
- 4/24/2004
- Point of Contact
- William Hetrick, Contracting Specialist, Phone (210) 977-6313, Fax (210) 977-6414, - Teresa Gonzalez, Contracting Officer, Phone 210-977-2821, Fax 210-977-3945,
- E-Mail Address
-
william.hetrick2@lackland.af.mil, teresa.gonzalez@lackland.af.mil
- Description
- SOLE SOURCE SPECIAL NOTICE The HQ Air Intelligence Agency Contracting Flight at Lackland AFB (Kelly Annex), TX intends to award a Purchase Order to Multigen-Paradigm, Inc., 550 S. Winchester Blvd. #500, San Jose, CA 95128 on a SOLE SOURCE BASIS. This procurement is being conducted under the Simplified Acquisition Procedures (SAP) and Other Than Full and Open Competition in accordance with (10 U.S.C. 2304 (c) (1)) (SOLE SOURCE) FAR 6.302-1(a)(2)(i). 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: REQUIREMENT: Provide labor technical support to VEGA software which includes 5 each Annual Support of VEGA Multi-Process, 5 each Annual Support of VEGA Special Effects and 1 each Annual Support of Creator for Windows. This announcement constitutes the only solicitation; a proposals is 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 2001-15. The requirement is FOB Destination. Place of performance is 102 Hall Blvd, Building 2000, San Antonio, TX 78243-7030. Payment of invoices will be made by DFAS-San Antonio. The estimated period of performance is one year . 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 (JUL 2003), 52.212-2-Evaluation of Commercial Items (JAN 1999), 52.212-3, Offeror Representations and Certifications- Commercial Items, (JUN 2003), 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION) (MAY 2002); as do the following FAR clauses cited therein: 52.222-26, Equal Opportunity (APR 2002); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (DEC 2001); 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 (DEC 2001), 52.225-1 Buy American Act-Supplies (JUN 2003), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), and 52.252-2 Clauses Incorporated by Reference (FEB 1998). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2003), DFARS 252.225-7001; Buy American Act and Balance Payment Program (APR 2003); 252.204-7004, Required Central Contractor Registration (NOV 2001). The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete with this proposed contract based upon responses to this notice is soley within the discretion of the Government. Information received will normally be considered soley for the purpose of determining whether to conduct a competitive procurement. Offers are due at the HQ Air Intelligence Agency Contracting Flight not later than 1:00 PM, Central Time, 09 Apr 2004 and should reference the Solicitation listed above. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Jun 2003). Award will be made on or about 09 Apr 2004. Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) prior to receiving any contract award. You can register in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov/. All responsible sources may submit an offer, which, if timely received, will be considered by this office. For more information contact Norma Alba at (210) 977-6425 or email norma.alba@lackland.af.mil .
- Place of Performance
- Address: 102 Hall Blvd, Building 2000, San Antonio, TX
- Zip Code: 78243-7030
- Country: USA
- Zip Code: 78243-7030
- Record
- SN00560801-W 20040408/040406211948 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |