Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2009 FBO #2874
SOLICITATION NOTICE

58 -- THIS ACTION IS FOR THE PROCUREMENT OF FINLOG WEB SERVICE THROUGH A CENTRALIZED FINANCIAL AND LOGISTICAL INTERFACE PROGRAM WITH SECURE, NEAR REAL-TIME(24 HR) FINANCIAL INFORMATION TRACKING.

Notice Date
10/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
US Army Aviation and Missile Command (Base Ops), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
AFMDBC100909
 
Response Due
10/21/2009
 
Archive Date
12/20/2009
 
Point of Contact
Amy A. Lett, 256-842-7454
 
E-Mail Address
US Army Aviation and Missile Command (Base Ops)
(amy.lett@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 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. Proposals are being requested and a written solicitation will not be issued. The Governmnet intends to award Solicitation number AFMDBC100909 as a Sole-source action to RapidFire Systems, LLC, 51 Market Square Rd. Ste. G, Newnan, GA 30265-5673. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The associated NAICS code is 541511. US Army AMCOM Aviation Field Maintenance Directorate, Redstone Arsenal, AL, has a requirement for FINLOG Web Service. The Government desires the period of performance from 15 October 2009 to 14 October 2010. The Government anticipates awarding of a Firm Fixed Price contract. The evaluation factors for this RFQ are technical capability, delivery, past performance and price. The Government intends to make award based on best value. Best value means the expected outcome of the acquisition that, in the Governments estimation, provides the greatest overall benefit in response to the requirement. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. An offer will be considered non-responsive if technical acceptability and delivery are not met. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following clauses apply under FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items; DFARS 252.232-7003 Electronic Submission of Payment Requests; The provisions and clauses can be found at FAR website: http://www.arnet.gov/far and DFARS website: http://www.acq.osd.mil/dpap /dars/dfarspgi/current/index.html. Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Are Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is http://rmb.ogden.disa.mil. WAWF training can be accessed at http://www.wawftraining.com/. All responsible sources may submit a capability statement, proposal or quotation which shall be considered by the agency. For information regarding this solicitation, please call Amy Lett at 256-842-7454 or via e-mail at amy.lett@us.army.mil. Submit quotes via email to amy.lett@us.army.mil. All quotes are due by 2:00PM on Wednesday, 07 October 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAH03/AFMDBC100909/listing.html)
 
Place of Performance
Address: US Army Contracting Command (Base Ops) ATTN: CCAM-OS-B, Building 5303 Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN01980129-W 20091007/091006000519-1dd8f3e9e4a4c4c553333a9b862969bd (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.