SOLICITATION NOTICE
70 -- Winsight Software
- Notice Date
- 5/18/2006
- Notice Type
- Solicitation Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters 2100 Second Street, SW, Room B411, Washington, DC, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCGG8-06-Q-ARM029
- Response Due
- 5/30/2006
- Archive Date
- 6/14/2006
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION: The U.S. Coast Guard intends to procure Winsight software. This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation 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. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition is on a(n) Small-Business Set-Aside basis. Items: 1) Winsight Windows NT (Concurrent) 8ea. 2) C/S Glue Viewer (Concurrent) 8ea. 3) Winsight Admin Windows NT (Standalone) 1ea. 4) Briefing Wizard (Concurrent)1ea. 5)Maintenance and Support 1yr. HOW TO RESPOND: In order to compete for this project, interested parties must demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 4:00 PM, ET, May 30, 2006. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the supplies Specifications and compatibility of system/process with existing agency configuration. Cost Proposal: provide Firm Fixed-Price. Offerors must submit an original and two copies of the proposal to Jess Maanao, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to jmaanao@comdt.uscg.mil are acceptable, but must be timely. Proposal Evaluation Criteria: (1) Price and price-related factors. This will be a Best-Value award determination. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005, 52.212-4 (Sept 2005), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Feb 2006). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 (noon) ET, May 24, 2006. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above.
- Place of Performance
- Address: WASHINGTON DC.,
- Zip Code: 20593
- Country: USA
- Record
- SN01052809-W 20060520/060519133840 (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 |