SOLICITATION NOTICE
70 -- Sakhr OCR 8.0 Platinum Commercial Off-the-Shelf License and maintenance support.
- 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
- W15P7T05QD422
- 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 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. 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 i n this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is a Request For Quotation (RFQ), W15P7T-05-Q-D422. The small size standard is for annual sales below $21,000,000.00 for the North American Industry Classification System (NAICS) Code 541519. The U.S. Army intends to procure Commercial Off-the-Shelf (COTS) software licenses and 12 months of maintenance support for the Project Manager, Counterintelligence Human Intelligence Management System (CHIMS). Additionally, an Option CLIN will be include d to purchase an additional 12 months of maintenance support for the second year of the contract. These items will support Operation Iraqi Freedom (OIF) initiatives. This is a limited sources acquisition for SAKHR OCR 8.0 Platinum. Only authorized resel lers of SAKHR OCR 8.0 Platinum may submit offers for this solicitation. Description Quantity Sakhr OCR 8.0 Platinum 62 Sakhr OCR Annual Maintenance 62 (contract award + 12 months) Option for Annual Maintenance 62 (option award + 12 months) Shipments are to be FOB Destination. All items are to be shipped to: Project Manager, CHIMS NGMS, Attn: Mr. Cecil Dildine 2700 East Fry Blvd Suite A7 Sierra Vista, AZ 85635 Phone: 520-452-0971 Or, electronically to: cecil.dildine@ngc.com Delivery shall be made within 7 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 fo llowing 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 52.227-02, Notice and Assistance Regarding Patent and Copyright Infringement (AUG 1996); FAR 52.227-03, Patent Indemnity (APR 1984); FAR 52.227-06, Royalty Information (APR 1984); FAR 52.227-09, Refund of Royalties (APR 1984); DFARS 252.227-7015, Technical Data Commercial Items (NOV 1995); DFARS 252.227-7019, Validation of Asserted Restrictions- Computer Software (JUNE 1995); DFARS 252.227-7027, Deferred Ordering of Technical Data or Computer Software (APR 1988); DFARS 252.227-7028, Technical Data or Computer Software Previously Delivered to the Government (JUN 1995); DFARS 252.227-7030, Technical Data- Withholding of Payment (MAR 2000); DFARS 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 th e Contract Specialist; 52.7043, Standard Practice for Commercial Packaging; 52.7047, Bar Coding; 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/indext.htm or http://www.acqne t.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 Solicitations 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, Sarah Basilotto, Contract Specialist, 732-532-8336 or sarah.basilotto@mail1.monmouth.army.mil .
- Record
- SN00882797-W 20050901/050830212451 (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 |