SOLICITATION NOTICE
70 -- Commercial Off-The-Shelf Licenses for Gordano NT Mail Developer Licenses
- Notice Date
- 8/30/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T-05-Q-D428
- Response Due
- 9/9/2005
- Archive Date
- 11/8/2005
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicita tion; proposals are being requested and a written solicitation will not be issued. This solicitation is a Request For Quotation (RFQ), W15P7T-05-Q-D428. The small size standard is for annual sales below $21,000,000 for the North American Industry Classification System (NAICS) Code 518111. The U.S. Army intends to procure Commercial Off-The-Shelf (COTS) software licenses for the software for Project Manager, Intelligence and Effects (PMIE) for use with the All Source Analysis System Light (ASAS-L) program. These items will support Operati on Iraqi Freedom (OIF) initiatives. This is a Sole Source acquisition to Abraxis Networks, 4180 Old Milton Parkway, Suite 1-H, Alpharetta, GA 30005 for the purchase of 749 COTS Software Licenses for Gordano NT Mail Developer, Version 4. Abraxis Networks is the only authorized American reseller of this product. The sole producer/developer of this product is Gordano, Ltd of the United Kingdom. Description Quantity GMS 5, NT Mail Developer, Version 4 749 Shipments are to be FOB Destination. All items are to be shipped to: Project Manager, Intelligence and Effects ATTN: Jerry Sheetz, Bldg 363 10115 Duportail Road Sierra Vista, AZ 85636 Fort Belvoir, VA 22060-5812 Phone: 703-704-0309 Or, Electronically to: jerry.sheetz@us.army.mil Delivery shall be within 3 days after contract award. Packaging and Packing shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2005); FAR 52-212-3, Offeror Representations and Certifications Commercial Items (MAR 2005); FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2003); FAR 52-212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JULY 2005), for Paragraph (b) the following clauses apply: (1), (14), (15), (16), (17), (18), (19), (20), (25), (31), for Paragraph (c) the f ollowing clauses apply: (1) and (4); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUNE 2005), for Paragraph (b) the following clause applies: 252.225-7001, 252.227-7015, 252.227-703 7, 252.232-7003, 252.243-7002, 252.247-7023; FAR 52.227-01, Authorization and Consent (JULY 1995); FAR 52.227-2, Notice and Assistence Regarding Patent and Copyright Infringement (AUG 1996); FAR 52.2227-3, Patent Indemnity (APR 1984); FAR 52.227-6, Royalty Information (APR 1984); FAR 52.227-9, Refund of Royalties (APR 1984); DFAR 252.227-7015, Technical Data Commercial Items (NOV 1995); DFAR 252.227-7019, Validation of Asserted Restrictions Computer Software (JUNE 1995); DFAR 252.227-7027, Deferred Ordering of Technical Data or Computer Software (APR 1988); DFAR 252.227-7028, Technical Data or Computer Software Previously Delivered to the Government (JUNE 1995); DFAR 252.227-7030, Technical Data Withholding of Payment (MAR 2000); DFAR 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999); FAR 52.242-15, Stop-Work Order (AUG 1989) The following clauses are local Communication-Electronics Life Cycle Management Command (C-E LCMC) clauses and all interested parties shall request a copy from the Contract Specialist; 52.7043, Standard Practice for Commercial Packaging; 52.7047, Bar Code Marking; and the FULL TEXT OF THESE PROVISIONS AND CLAUSES, WITH NOTED EXCEPTION REGARDING LOCAL CLAUSES, MAY BE OBTAINED BY ACCESSING ANY OF THE FOLLOWING INTERNET WEBSITES: http://www.acq.osd.mil/dpap/dars/dfars/index.htm or http://w ww.acqnet.gov/far/ . BASIS FOR AWARD: The Government intends to make an award to the Contractor who submits the lowest, responsive quotation, and is deemed acceptable and responsible by the Contracting Officer. The Offerors must submit quotations on the full quantity identified. The Contract ing Officer reserves the right to make no award under this procedure. These items are in support of Operation Iraqi Freedom (OIF). Therefore, offers are to be received within 10 days of the posting of this COMBINED SYNOPSIS/SOLICITATION. The US Army CECOM has established the IBOP website as part of the Armys Single Face to Industry, to allow electronic posting of Solicitation for Request for Proposals (RFPs), Request for Quotations (RFQs), and Invitations for Bids (IFBs) from CECOM to industry. All parties interested in doing business with CECOM are invited to access, operate, send and receive information from the IBOP at http://abop.monmouth.army.mil The Point Of Contact for this action is, Jack Uong, Contract Specialist, 732-532-8346 or jack.uong@us.army.mil.
- Record
- SN00882795-W 20050901/050830212450 (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 |