SOLICITATION NOTICE
70 -- COTS Software licenses, maintenance, and upgrade for 177 units of ABBYY Software FineReader 6.0 SE + 200% option for Army Project Manager, Counter Intelligence Human Intelligence Managment System.
- Notice Date
- 11/9/2005
- Notice Type
- Solicitation Notice
- NAICS
- 511210
— Software Publishers
- 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-06-Q-D411
- Response Due
- 11/21/2005
- Archive Date
- 1/20/2006
- 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-06-Q-D411. The small size standard is for annual sales below $21,000,000 for the North American Industry Classification System (NAICS) Code 511210. The U.S. Army intends to procure Commercial Off-The-Shelf (COTS) software licenses and 12 months of maintenance support and upgrades for the software for Project Manager, Counterintelligence Human Intelligence Management System (CHIMS). Additionally, two Options will be included to (1) purchase support maintenance and upgrade for 12 months for licenses purchased in the base period and (2) purchase software licenses (up to 200% of base) and 12 months of maintenance support and upgrade. These items will sup port Operation Iraqi Freedom (OIF) initiatives. This is a limited sources acquisition for ABBYY FineReader 6.0 Pro Scripting Edition (SE). Only authorized resellers of FineReader 6.0 Pro Scripting Edition (SE) may submit offers for this solicitation. Description Quantity FineReader 6.0 Pro SE Licenses 141 Annual Support Maintenance and Upgrade (contract award + 12 months) 141 Shipping and Handling 1 FineReader 6.0 pro SE Licenses 36 Annual Support Maintenance and Upgrade (contract award + 12 months) 36 BASE TOTAL 177 Annual Support Maintenance and Upgrade (contract award + 12 months) 177 OPTION ONE 177 FineReader 6.0 Pro SE Licenses 354 Annual Support Maintenance and Upgrade (contract award + 12 months) 354 OPTION TWO 354 Shipments are to be FOB Destination. All items are to be shipped to: Project Manager, CHIMS NGMS, Attn: Cecil Dildine 2700 East Fry Boulevard, Suite A7 Sierra Vista, AZ 85636 Phone: 520-452-0956 x157 Or, Electronically to: cecil.dildine@ngc.com 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 Comp uter 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://www.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, Sandie Kapoor, Contract Specialist, 732-532-8335 or sandie.kapoor@us.army.mil.
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Zip Code: 07703-5008
- Record
- SN00929585-W 20051111/051109212202 (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 |