Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2006 FBO #1567
SOLICITATION NOTICE

70 -- FLAMES Software Licenses and Maintenance

Notice Date
3/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-06-R-7012
 
Response Due
3/17/2006
 
Archive Date
4/15/2006
 
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 announcements constitutes the only solicitation proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07, 02 Feb 06. This is a brand name requirement in accordance with FAR 11.105. A copy of the brand name justification is included as an attachment to this announcement. This RFQ has the following line items (Potential offerors must quote all line items.): CLIN DESCRIPTION QTY 0001 Kernel Services Runtime, Node-Locked 6 for 2000/XP Part #: KER-L-INN 0002 FORGE Runtime, Node-Locked for 2000/XP 5 Part #: FOR-L-INN 0003 FIRE Runtime, Node-Locked for 2000/XP 5 Part #: FIR-L-INN 0004 FLASH Runtime, Node-Locked for 2000/XP 7 Part #: FLS-L-INN 0005 FLARE Runtime, Node-Locked for 2000/XP 1 Part #: FLR-L-INN 0006 Digital Terrain Runtime Option,Node-Locked 17 for 2000/XP Part #: DTD-L-INN 0007 Correlated Terrain Runtime Option, Node- 1 Locked fo 2000/XP Part #: ACT-L-INN 0008 Correlated Feature Runtime Option, Node- 1 Locked for 2000/XP Part #: CFO-L-INN 0009 Enhanced 3D Visualization Runtime Option 2 Node-Locked for 2000/XP Part #: E3D-L-INN 0010 Enhanced Analysis Runtime Option, 10 Node-Locked for 2000/XP Part #: EAO-L-INN 0011 Sensor Coverage Runtime Option, Node-Locked 6 for 2000/XP6 Part #: SCA-L-INN 0012 Application Development Bundle, Node-Locked 1 2000/XP (include Kernel, FORGE, FIRE, FLASH) Part #: APB-D-INN 0013 Digital Terrain Development Option 1 Node-Locked for 2000/XP Part #: DTD-D-INN 0014 Correlated Terrain Development Option, 1 Node-Locked for 2000XP Part #: ACT-D-INN 0015 Correlated Feature Development Option, 1 Node-Locked for 2000/XP Part #: CFO-D-INN 0016 Enhanced 3D Visualization Development 1 Option, Node-Locked for 2000/XP Part #: E3D-D-INN 0017 Enhanced Analysis Development Option, 1 Node-Locked for 2000/XP Part #: EAO-D-INN 0018 Sensor Coverage Development Option, 1 Node-Locked for 2000/XP Part #: SCA-D-INN 0019 Computer Dongle Key 10 Part #: DON-FLEX Ship to: NASIC/SCXA, 4170 Hebble Creek Rd, Building 280, Door 12, Wright-Patterson AFB, OH 45433-5648. Delivery is required not later than ten (10) days after receipt of order, and FOB point is Destination. The following provisions apply: 52.212-1, Instructions to Offerors?Commercial Items; 52.212-2, Evaluation?Commercial Items; and 52.212-3, Offeror Representations and Certifications?Commercial Items. The inserts for 523.212-2(a) are (in descending order of importance: (1) technical capability of the item offered to meet the Government requirement; (2) price; and past performance. Technical and pas performance, when combined, are more important than price. This will be a best value award, and the Government reserves the right to award without discussions. The following clauses apply to this acquisition FAR 52.212-4, Contract Terms and Conditions?Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items; and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. W-PAFB intends to award to Ternion Corporation, 3325 Triana Boulevard, Huntsville, AL 35805-5146. AUTHORITY: 10 U.S.C. 2304(C)(1), as implemented by FAR 6.302-1(c) and 11.105. Offers/responses are due not later than 2:00 PM, 16 Mar 06, and should be e-mailed to Thomas.Moseley@wpafb.af.mil. Mr. Stephen J. Miller has been appo8inted as Ombudsman to hear concerns from offerors, or potential offerors during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of the Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or the source selection process. Therefore, for routine matters on individual solicitations, please contact the buyer at the telephone number listed herein. When requested, the Ombudsman will maintain strict confidentiality as to the source of concern. Should you desire to contact the Ombudsman, Mr. Miller can be reached at (937) 255-5315, DSN 785-5315, FAX (937) 656-7193, e-mail: Stephen.Miller@wpafb.af.mil. His address is ASC/AE, 1755 11th Street, Bldg. 570, Rm. 114, Wright-Patterson AFB, OH 45433-74904. Any questions concerning this acquisition should be directed to the buyer, Thomas A. Moseley, at (937) 656-7406 or e-mail: Thomas.Moseley@wpafb.af.mil. All information regarding this acquisition will be posted on the World Wide Web at http://www.fedbizopps.gov.
 
Record
SN01004168-W 20060312/060310212311 (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.