Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2004 FBO #1003
SOLICITATION NOTICE

D -- SOFTWARE SUPPORT FOR VAX AND ALPHA SYSTEMS

Notice Date
7/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
Reference-Number-UIS4C007
 
Response Due
8/4/2004
 
Point of Contact
Christina Johnson, Contract Specialist, Phone (301) 295-3069, Fax (301) 295-1716, - Beverly Roberts, Contracting Officer, Phone 301-295-3868, Fax 301-295-1716,
 
E-Mail Address
cjohnson@usuhs.mil, broberts@usuhs.mil
 
Description
The Uniformed Services University of the Health Sciences (USUHS), Bethesda, MD requires full software support for the Hewlett Packard (formally Digital Equipment Corporation (DEC)) VAX and Alpha systems and its backup site. I. SOFTWARE SUPPORT: A. The Government requires the Contractor to provide the following specific levels of support: A.1) The Contractor shall support all software components and functional features of these items. This support shall include troubleshooting and problem solution of current software products. Also, the Government requires that the Contractor make available any "patches" and future software updates and releases and supporting documentation as provided by the original manufacturer over the life of the contract. The Contractor shall demonstrate ability to meet this requirement by showing evidence of agreement with manufacturer or other means of accomplishing the upgrades in such a manner as to be legally and technically acceptable to the original manufacturer. The Contractor shall establish a point of contact where the Government may place trouble calls regarding software. A qualified respondent shall initiate a reply after receipt of the Government's trouble call; A.2) Software updates shall include documentation, corrections, updates, enhancements and the right under this contract to successor products. Successor products, i.e., new software level releases, if accepted by the Government, will be provided at no additional charge; A.3) Software shall be provided in the same code format as other software provided hereunder with the same rights in data applicable thereto; and A.4) In case of new software level releases, the Government may elect to accept the later version of the software, and if accepted, software support will be provided at no additional cost and no additional charge. Any reprogramming or additional equipment required to accommodate such later versions will be at the Government's expense. If the Government elects not to accept such later versions, the Contractor shall continue to correct any latent defects of software supplied under this contract. Such obligations to correct latent defects shall be limited to that necessary to permit the Government to process its normal workload. B. The Government also requires the Contractor to provide the following support: B.1) Response Time - It is the responsibility of the Contractor to provide a level of support necessary to ensure that system problems do not cause downtime. Accordingly, the Government established a requirement that from the time the Government notifies the Contractor that a system problem exists, the Contractor shall respond within four (4) hours. Within this response time interval, the Contractor may initially (so as to reduce system downtime) telephonically respond directly to on-site government personnel with appropriate instructions, which may return the system to full operation; B.2) All services rendered under this contract will be performed by competent personnel, experienced and qualified on the software listed for the base year clins and the option years; B.3) Point of Contact -The Contractor shall provide the Government with the telephone number of a primary point of contact for on-call service 24 hours per day, 7 days per week; B.4) Response Time Credit -The Contractor shall grant to the Government a credit in the amount of 1 % of the total monthly support charge for each hour of delay, beginning with the time of notification plus permitted response time, and ending with the actual completion time. In no event will the total credit exceed the total dollar value of the monthly support charges for Clins/Subclins. II. OPERATING SOFTWARE ALTERNATE I: Operating system software refers to those routines that interface directly with hardware, peripheral devices, the computer operations, and applications and utility programs. III. DISCONTINUATION OF SOFTWARE SUPPORT: The Government may discontinue any support on any item covered under the terms of this contract by giving the Contractor 30 days written notice prior to the date of discontinuation. If service is discontinued under this clause, the Contractor shall be entitled only to payment for services rendered prior to the effective date of discontinuation. There shall be no additional discontinuation costs due the Contractor for discontinuations effected under this clause. IV. REQUIRED STANDARD WORKMANSHIP: Unless otherwise specifically provided in this contract, the quality of all services rendered hereunder shall conform to the highest standards in the relevant profession, trade or field of endeavor. All services shall be rendered by or supervised directly by individuals fully qualified in the relevant profession, trade or field, and holding any licenses required by law. V. MAINTENANCE RESPONSIBILITY OF THE CONTRACTOR: The Contractor shall provide all necessary maintenance services as specified herein at the prices shown for the Clins (Option Years included) and shall keep the equipment in good operating condition. Fully trained and competent maintenance personnel in accordance with the contract and the statement of work will provide maintenance coverage. “Fully trained” is defined as capable of performing required maintenance without trial and error, or in effect, without learning on the job at the expense of this contract. In no case shall the Government be obligated to pay for trainee cost(s), nor does the arrival of a trainee meet response time or any other requirements of this contract. Personnel who are “in training” will not be utilized except as observers and helpers to qualified personnel. If during the performance of the contract, the Contracting Officer questions the adequacy of the qualifications of personnel assigned to this contract, the Contractor shall have the burden of proving the personnel meet requirements. VI: YEAR 2000 COMPLIANCE FOR INFORMATION TECHNOLOGY: The information technology (IT) being acquired under this solicitation/contract shall accurately process date/time data (including, but not limited to, calculating, comparing, and sequencing) form, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date/time data with it. All non-compliant IT must be upgraded to be year 2000 compliant prior to the earlier of either December 31, 1999 or the earliest date on which the IT may be required to perform date/time processing involving dates later than December 31, 1999. VII: PERIOD OF CONTRACT: Any contract awarded as a result of an offer submitted in response to this solicitation shall be effective from the date of contract award and shall continue for a base period and four (4) one year options, unless sooner terminated under the terms of this contract. Exercising the Option is at the discretion of the Government and shall be in accordance with FAR Part 17.207, Exercise of Option. This notice 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 solicitation; quotations are being requested and a written solicitation will not be issued. Amendments and/or additional information will be posted on the FedBizOpps website, www.eps.gov. As a reminder, offerors are responsible for monitoring the website for possible amendments and/or additional information. This combined synopsis/solicitation is a request for quotation (RFQ). The incorporated provisions and clauses are those in effect through FAC 2001-23, dated May 5, 2004. The NAICS code is 541519. The unit of issue (u/i) is 12 months. This notice is being used as request for quotation for: (0000) BASE YEAR: The contractor shall provide full software support for the Hewlett Packard (formally Digital Equipment Corporation (DEC)) VAX and Alpha Systems in accordance with the terms and conditions of the contract and the statement of work: 0001) REMOTE PROPERTY DIAGNOSTICS, DEC PART # FN-DSNV1-CM, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 0002) OPEN VMS ALPHA SERVER 8200, (DUAL PROCESSORS) SOFTWARE PROJECT SYSTEM SERVICE/OS, DEC PART # QT-MTIAQ-AC, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 09, 00, u/i: 12 Months; 0003) DEC BASIC LAYERED PROJECT SUPPORT, DEC PART # QT-095A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 09, 00, u/i: 12 Months; 0004) DEC FMS, LAYERED PROJECT SUPPORT, DEC PART # QT-VD7A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 0005) DEC FORTRAN LAYERED PROJECT SUPPORT, DEC PART # QT-100A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 09, 00, u/i: 12 Months; 0006) DEC COBOL LAYERED PRODUCT SUPPORT, DEC PART # QT-099A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 0007) DEC C LAYERED PRODUCT SUPPORT, DEC PART # QT-015A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 09, 00, u/i: 12 Months; 0008) NETWORK APPLICATION SUPPORT (NAS), 200 SW V/A LAYERED PRODUCT SUPPORT, DEC PART # QT-23EAQ-L9, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 0009) TELEPHONIC SUPPORT FOR ALL SYSTEMS, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 0010) OPEN VMS VAX SERVER 6560 SOFTWARE, PRODUCT SYSTEM SERVICE/OPERATING SYSTEM, DEC PART # QT-001AV-NA, QTY: 1 EA, u/i: 12 Months; 0011) OPEN VMS VAX SERVER 6560 SOFTWARE, PRODUCT SYSTEM SERVICE/OPERATING SYSTEM, DEC PART # QT-001AV-NA, QTY: 1 EA; u/i: 12 months; (1000) OPTION I: The contractor shall provide full software support for the Hewlett Packard (formally Digital Equipment Corporation (DEC)) VAX and Alpha Systems in accordance with the terms and conditions of the contract and the statement of work.: 1001) REMOTE PROPERTY DIAGNOSTICS, DEC PART # FN-DSNV1-CM, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 1002) OPEN VMS ALPHA SERVER 8200, (DUAL PROCESSORS) SOFTWARE PROJECT SYSTEM SERVICE/OS, DEC PART # QT-MTIAQ-AC, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 09, 00, u/i: 12 Months; 1003) DEC BASIC LAYERED PROJECT SUPPORT, DEC PART # QT-095A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 09, 00, u/i: 12 Months; 1004) DEC FMS, LAYERED PROJECT SUPPORT, DEC PART # QT-VD7A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 1005) DEC FORTRAN LAYERED PROJECT SUPPORT, DEC PART # QT-100A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 09, 00, u/i: 12 Months; 1006) DEC COBOL LAYERED PRODUCT SUPPORT, DEC PART # QT-099A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 1007) DEC C LAYERED PRODUCT SUPPORT, DEC PART # QT-015A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 09, 00, u/i: 12 Months; 1008) NETWORK APPLICATION SUPPORT (NAS), 200 SW V/A LAYERED PRODUCT SUPPORT, DEC PART # QT-23EAQ-L9, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 1009) TELEPHONIC SUPPORT FOR ALL SYSTEMS, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 1010) OPEN VMS VAX SERVER 6560 SOFTWARE, PRODUCT SYSTEM SERVICE/OPERATING SYSTEM, DEC PART # QT-001AV-NA, QTY: 1 EA, u/i: 12 Months; 1011) OPEN VMS VAX SERVER 6560 SOFTWARE, PRODUCT SYSTEM SERVICE/OPERATING SYSTEM, DEC PART # QT-001AV-NA, QTY: 1 EA, u/i: 12 Months; (2000) OPTION II: The contractor shall provide full software support for the Hewlett Packard (formally Digital Equipment Corporation (DEC)) VAX and Alpha Systems in accordance with the terms and conditions of the contract and the statement of work.: 2001) REMOTE PROPERTY DIAGNOSTICS, DEC PART # FN-DSNV1-CM, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 2002) OPEN VMS ALPHA SERVER 8200, (DUAL PROCESSORS) SOFTWARE PROJECT SYSTEM SERVICE/OS, DEC PART # QT-MTIAQ-AC, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 09, 00, u/i: 12 Months; 2003) DEC BASIC LAYERED PROJECT SUPPORT, DEC PART # QT-095A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 09, 00, u/i: 12 Months; 2004) DEC FMS, LAYERED PROJECT SUPPORT, DEC PART # QT-VD7A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 2005) DEC FORTRAN LAYERED PROJECT SUPPORT, DEC PART # QT-100A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 09, 00, u/i: 12 Months; 2006) DEC COBOL LAYERED PRODUCT SUPPORT, DEC PART # QT-099A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 2007) DEC C LAYERED PRODUCT SUPPORT, DEC PART # QT-015A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 09, 00, u/i: 12 Months; 2008) NETWORK APPLICATION SUPPORT (NAS), 200 SW V/A LAYERED PRODUCT SUPPORT, DEC PART # QT-23EAQ-L9, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 2009) TELEPHONIC SUPPORT FOR ALL SYSTEMS, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 2010) OPEN VMS VAX SERVER 6560 SOFTWARE, PRODUCT SYSTEM SERVICE/OPERATING SYSTEM, DEC PART # QT-001AV-NA, QTY: 1 EA, u/i: 12 Months; 2011) OPEN VMS VAX SERVER 6560 SOFTWARE, PRODUCT SYSTEM SERVICE/OPERATING SYSTEM, DEC PART # QT-001AV-NA, QTY: 1 EA, u/i: 12 months; (3000) OPTION III: The contractor shall provide full software support for the Hewlett Packard (formally Digital Equipment Corporation (DEC)) VAX and Alpha Systems in accordance with the terms and conditions of the contract and the statement of work.: 3001) REMOTE PROPERTY DIAGNOSTICS, DEC PART # FN-DSNV1-CM, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 3002) OPEN VMS ALPHA SERVER 8200, (DUAL PROCESSORS) SOFTWARE PROJECT SYSTEM SERVICE/OS, DEC PART # QT-MTIAQ-AC, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 09, 00, u/i: 12 Months; 3003) DEC BASIC LAYERED PROJECT SUPPORT, DEC PART # QT-095A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 09, 00, u/i: 12 Months; 3004) DEC FMS, LAYERED PROJECT SUPPORT, DEC PART # QT-VD7A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 3005) DEC FORTRAN LAYERED PROJECT SUPPORT, DEC PART # QT-100A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 09, 00, u/i: 12 Months; 3006) DEC COBOL LAYERED PRODUCT SUPPORT, DEC PART # QT-099A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 3007) DEC C LAYERED PRODUCT SUPPORT, DEC PART # QT-015A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 09, 00, u/i: 12 Months; 3008) NETWORK APPLICATION SUPPORT (NAS), 200 SW V/A LAYERED PRODUCT SUPPORT, DEC PART # QT-23EAQ-L9, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 3009) TELEPHONIC SUPPORT FOR ALL SYSTEMS, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 3010) OPEN VMS VAX SERVER 6560 SOFTWARE, PRODUCT SYSTEM SERVICE/OPERATING SYSTEM, DEC PART # QT-001AV-NA, QTY: 1 EA, u/i: 12 Months; 3011) OPEN VMS VAX SERVER 6560 SOFTWARE, PRODUCT SYSTEM SERVICE/OPERATING SYSTEM, DEC PART # QT-001AV-NA, QTY: 1 EA, u/i: 12 months; (4000) OPTION IV: The contractor shall provide full software support for the Hewlett Packard (formally Digital Equipment Corporation (DEC)) VAX and Alpha Systems in accordance with the terms and conditions of the contract and the statement of work.: 4001) REMOTE PROPERTY DIAGNOSTICS, DEC PART # FN-DSNV1-CM, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 4002) OPEN VMS ALPHA SERVER 8200, (DUAL PROCESSORS) SOFTWARE PROJECT SYSTEM SERVICE/OS, DEC PART # QT-MTIAQ-AC, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 09, 00, u/i: 12 Months; 4003) DEC BASIC LAYERED PROJECT SUPPORT, DEC PART # QT-095A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 09, 00, u/i: 12 Months; 4004) DEC FMS, LAYERED PROJECT SUPPORT, DEC PART # QT-VD7A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 4005) DEC FORTRAN LAYERED PROJECT SUPPORT, DEC PART # QT-100A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 09, 00, u/i: 12 Months; 4006) DEC COBOL LAYERED PRODUCT SUPPORT, DEC PART # QT-099A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 4007) DEC C LAYERED PRODUCT SUPPORT, DEC PART # QT-015A9-LL, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 09, 00, u/i: 12 Months; 4008) NETWORK APPLICATION SUPPORT (NAS), 200 SW V/A LAYERED PRODUCT SUPPORT, DEC PART # QT-23EAQ-L9, QTY: 1 EA, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 4009) TELEPHONIC SUPPORT FOR ALL SYSTEMS, SUPPORT (HRS) M-F, SA-SU: 24, 24, u/i: 12 Months; 4010) OPEN VMS VAX SERVER 6560 SOFTWARE, PRODUCT SYSTEM SERVICE/OPERATING SYSTEM, DEC PART # QT-001AV-NA, QTY: 1 EA, u/i: 12 Months; 4011) OPEN VMS VAX SERVER 6560 SOFTWARE, PRODUCT SYSTEM SERVICE/OPERATING SYSTEM, DEC PART # QT-001AV-NA, QTY: 1 EA, u/i: 12 months. The following provisions apply to this acquisition and two (2) sets are required with your quotation: FAR Clause, 52-212-1, Instruction to Offerors - Commercial Items (OCT 2000), FAR Clause, 52.212-3 – Offeror Representations and Certifications –Commercial Items (JULY 2002), the evaluation factors outlined in FAR Clause, 52.212-2, Evaluation – Commercial Items (JAN 1999), FAR Clause 52.222-48, Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and /or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment – Contractor Certification (AUG 1996), and the acknowledgment of amendments (if any). Telegraphic or facsimile offers are not acceptable. Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices with its offer firm for 90 calendar days from the date specified for receipt of quotations. The following factors are included in paragraph (a) of the provision, 52.212-2, Evaluation-Commercial Items: Any resulting contract will be issued to the company offering the best value to the Government. Factors that will be considered are technical capability, price, and past performance. Failure to provide the information relative to each evaluation factor may render offer non-responsive. The evaluation factors are: (i) TECHNICAL CAPABILITY: Technical capability will be based on: (a) Qualifications: The Government requires that all repair technicians be fully qualified and show proof of certification. The offerors are required to show the strength and weaknesses of each employee/repair technician proposed for the performance of this contract; (b) Preventive Maintenance (PM) Plan: Each offeror is required to provide a PM plan indicating the amount of maintenance to be performed, the steps required in performing this maintenance, diagnostic testing, replacement of parts, etc. The PM plan must provide the steps used to comply with the original equipment manufacturer (OEM) specifications or the Government's requirements and upgrades as stated in the statement of work. The proposed PM plan must show how it will be effective in providing all of the required maintenance so that equipment operational functions are not degraded. The plan must also show how maintenance will be performed with minimal disruption to normal operation of the laboratory equipment. The PM plan will be studied to determine if the Government can place a high degree of confidence in the soundness of the plan; c) Management Plan: The management plan sets forth the offeror's approach for efficiently managing the work as demonstrated by the propose organization. The recognition of essential management functions, and the effective overall integration of these functions. The management plan describes the projected organization proposed for the work, including internal operations and lines of authority, together with external interfaces and relationships with the Government, major subcontractors and associate contractors. (ii) Price: The Government may use price analysis to evaluate the prices proposed, not only to determine whether the price is reasonable, but also to determine the offeror’s understanding of the work and the ability to perform the contract. The Price Proposal shall be evaluated to determine completeness (responsiveness in providing all requirements) and reasonableness. (iii) Past Performance: The Government will review the offeror's record of past performance and experience, or the lack thereof, considering the extent to which the offeror's record demonstrates ability to perform well the requirements of the contract, including servicing organizations with similar missions, occupational structure, nature of work, and size. Towards this end the Government will evaluate the depth, quality, breadth, relevancy and currency of the offeror's work experience. This will be considered in determining this sub-factor for conforming to the specifications and to standards of good workmanship, for adherence to contract schedules (including the administrative aspects of performance), for reasonable and cooperative behavior and commitment to customer satisfaction and for having a business-like concern for the interests of the customer. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the proposal as meeting technical acceptability. The full text of provisions and clauses may be accessed electronically at this address: http://www.arnet.gov/far. The following FAR Clauses are applicable, 52-212-4, Contract Terms and Conditions – Commercial Items (FEB 2002), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (MAY 2001) and 52.228-5, Insurance – Work on a Government Installation (JAN 1997). The following FAR clauses cited in 52.212-5 are applicable to this acquisition for services: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.224-1, Privacy Act (APR 1984); 52.224-2, Privacy Act (PR 1984); 52.222-26, Equal Opportunity (APR 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001); 52.225-13, Restrictions on Certain Foreign Purchases (JUL 2000); 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (May 1999); 52.239-1, Privacy or Security Safeguards (AUG 1996); and 52.244-6, Subcontracts for Commercial Items (APR 2003). The clauses listed are not all inclusive for the firm-fixed price contract and additional clauses applicable to the fixed price contract may be added at time of contract award or any other clauses the Contracting Officer deems applicable to the effort. ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. As of 31 May 1999 all Contractors must be registered in the Central Contractor Registration (CCR) Database as a condition for contract award. Contractors may register in the CCR through the World Wide Web at http://www/ccr.gov or call the DOD Electronic Information Center at 1-800-227-2423. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (20-JUL-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 23-AUG-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/USUHS/BethesdaMD/Reference-Number-UIS4C007/listing.html)
 
Place of Performance
Address: BETHESDA, MD
Zip Code: 20814
 
Record
SN00650113-F 20040825/040823214326 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.