Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2005 FBO #1488
SOLICITATION NOTICE

70 -- U.S. Army intends to procure COTS software licenses & 12 mos of maint. support for the software for PMI&E. Also, a two yr Option will included 12 months of maint. support for the second & third yr of the contract.

Notice Date
12/21/2005
 
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-06-Q-D416
 
Response Due
1/3/2006
 
Archive Date
3/4/2006
 
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 solicitation is a Request For Quotation (RFQ), W15P7T-06-Q-D416. The small size standard is for annual sales below $21,000,000 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 software for Project Manager, Intelligence and Effects (PMIE). Additionally, a two year Option will be included to purchase an additional 12 months of maintenance support for the second and third year of the contract. These items will support Operation Iraqi Freedom (OIF) initiatives. This is a limited sources acquisition for Austin Info Systems, Inc. Analysis and eXploration of Information Sources (AXIS) Software. Only authorized resellers of Analysis and eXploration of Information Sources (AXIS) Software may submit offers for this solicitation. Description Quantity Base Contract AXIS Software Licenses 3,193 Annual Support Maintenance and Upgrade 3,193 (contract award + 12 months) Year 1 Option for Annual Support Maintenance and Upgrade 3,193 (option award + 12 months) Year 2 AXIS Software Licenses 3,193 Option for Annual Support Maintenance and Upgrade 3,193 (option award + 12 months) 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 Fort Belvoir, VA 22060-5812 Phone: 703-704-0309 Or, Electronically to: Jerry.Sheetz@us.army.mil Delivery shall be within 15 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 52.212-2, Evaluation Commercial Items (JAN 1999) 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); FAR 52.217-9, Option to Extend Term of Contract (MAR 2000) 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 Assistance 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 Managem ent 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 13 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
 
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
 
Record
SN00956243-W 20051223/051221212526 (fbodaily.com)
 
Source
FedBizOpps 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.