SOLICITATION NOTICE
70 -- The is a Combined Synopsis solicitation for Gentran Integration Server software including 1 year of maintenance.
- Notice Date
- 5/15/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Surface Deployment and Distribution Command - W81GYE, ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
- ZIP Code
- 22332-5000
- Solicitation Number
- W81GYE91310001
- Response Due
- 6/3/2009
- Archive Date
- 8/2/2009
- Point of Contact
- Gene J. Moran, 618 220 5068<br />
- E-Mail Address
-
Surface Deployment and Distribution Command - W81GYE
(gene.j.moran@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures for Certain Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation under number W81GYE91310001 and a written solicitation will not be issued. This requirement is being issued under the Simplified Acquisition Procedures as a Brand Name or Equal per FAR 52.211-6. The Request for Quotations (RFQ) is for 1 Each, Gentran Integration Server software package including 1 year of maintenance to supplement the existing Gentran software package. Delivery is within 10 days of the date of order. The provisions and clauses in the RFQ are those in effect through FAC 2005-31. This procurement is unrestricted. The NAICS Code for this procurement is 511210. All responsible sources may submit an offer which shall be considered by the agency. Delivery to HQ Military Surface Deployment and Distribution Command, 709 Ward Dr, Scott AFB, IL 62225, Mark For Jean Stempel. Delivery shall be FOB Destination. The awarded contract will be a firm fixed price contract. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Feb 2009). In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm; an alternate web site is www.arnet.gov/far/ use Current FAR 52.212-3 in HTML or PDF format. Locate the referenced provision, copy and paste it to a Word Document and complete the document with all pertinent company information prior to submission. An offeror shall complete only paragraph (k) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the (ORCA) web site at http://orca.bpn.gov. If you provide a quotation for other than the Brand Name specified you must provide technical information and/or descriptive literature about the product you propose so that a technical determination can be made during the review process. Quotes shall be clearly marked W81GYE91310001 Gentran and emailed to Mr. Gene J. Moran gene.j.moran@us.army.mil or via facsimile (618) 220-5740 no later than 3 June 2009 1:00 PM local time. Offerors who fail to furnish the required representations or information as required by FARs 52. 212-1, 52.212-3, and 52.212-7001 cited below, or reject terms and conditions may be excluded from consideration. Pursuant to FAR 52.212-2 Evaluation Commercial Items (Jan 1999), the Government intends to award a contract to the lowest priced technically acceptable offer. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR 52.211-6 Brand Name or Equal (Aug 1999), FAR 52.212-1, Instructions to Offerors Commercial Items (Nov 2007), FAR 52. 212-4 Contract Terms and Conditions Commercial Items ( Nov 2007), FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Order Commercial Items (Dec 2008). Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are, FAR 52.219-28 Post Award Small Business Program Representation (Jun 2007), FAR 52.22 2-3 Convict Labor (Jun 2003), FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Aug 2007), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Mar 2007), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52. 222-36, Affirmative Action for Workers with Disabilities (June 1998), FAR 52. 222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.222-50 Combating Trafficking in Persons (Aug 2007), FAR 52.225-1 Buy American Act Supplies (June 2003), FAR 52.225-3 Buy American Act--Free Trade AgreementsIsraeli Trade Act (Aug 2007), FAR 52.225-13 Restrictions on certain Foreign Purchases (Jun 2005), FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), FAR 52-232-36, Payment by Third Party (May 1999). DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2007), DFAR 252.247-7023 Transportation of Supplies by Sea (May 2002). Alternate III (May 2002), Pursuant to FAR Part 12.205 (c) the time period exception for receipt of proposals for consideration is 17 days instead of 45 days. For questions contact Gene J. Moran e-mail gene.j.moran@us.army.mil or (618) 220-5068.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MTMC/DAMT01/W81GYE91310001/listing.html)
- Place of Performance
- Address: Surface Deployment and Distribution Command - W81GYE 709 Ward Drive Scott AFB IL<br />
- Zip Code: 62225<br />
- Zip Code: 62225<br />
- Record
- SN01819309-W 20090517/090516160838-3b299f624854828bf18bbbdcd13916df (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 |