SOLICITATION NOTICE
70 -- Core Impact Software and Training - Sole Source document
- Notice Date
- 9/4/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division, 300 7th Street, S.W., Room 377, Reporters Building, Washington, District of Columbia, 20024
- ZIP Code
- 20024
- Solicitation Number
- AG-3142-S-09-317760
- Archive Date
- 9/13/2009
- Point of Contact
- Shirley A Fortune, Phone: (202) 720-1666
- E-Mail Address
-
shirley.fortune@usda.gov
(shirley.fortune@usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Sole Source Justification The U.S. Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division, Information Technology Team located at 300 7th & D Street, SW, Suite 368, Washington, DC 20024 issues this combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation Number Ag-3142-S-09-317760 applies and is issued as a Request for Quotation (RFQ) in conjunction with FAR Part 13, Simplified Acquisition. This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34. The NAICS code is 423430 and the applicable size standard is 100 employees. The anticipated contract type will be a firm fixed price, set-aside for small business. The Government requirements are: CLIN 001 - Core Impact Software, Two (2) Machine License, 12 months, Part Number GVT-CI02M01Y, Manufacturer: Core Security Technologies CLIN 002 - Two-day Advanced Training (at Core Security) for Two (2) people; Part Number AdvTngHQ. Evaluation Factors: The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering overall best value, price and non-price factors considered. The following Provisions and Clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Offeror Representations and Certification Commercial Items, 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, FAR 52.213-2 Invoices, FAR 52.232-1 Payments, FAR 52.232-25 Prompt Payments, FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration or FAR 52.232-36 Payment by Third Party, FAR 52.252-1 Solicitation Provisions Incorporated By Reference and FAR 52.252-2 Clauses Incorporated By Reference. Responsible Offeror must be active in the Central Contractor Registration and in accordance with FAR 52.204-7. DUNS, TIN, and CAGE Code must be written on submitted quote. Full texts of clauses are available at http://farsite.hill.af.mil. Offers should be submitted via email to Shirley Fortune at shirley.fortune@da.usda.gov or by fax on (202) 720-4529. Offers must be received no later than 2:00 pm eastern time, on September 9, 2009. This is a brand name requirement. (Copy attached)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/OPPM/POD/AG-3142-S-09-317760/listing.html)
- Place of Performance
- Address: 8930 Ward Parkway, Kansas City, Missouri, 64114, United States
- Zip Code: 64114
- Zip Code: 64114
- Record
- SN01941842-W 20090906/090905001058-1e900d2562af4a3703730f086064cb9b (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 |