SOLICITATION NOTICE
70 -- ELAN Software Maintenance - Purchase Description
- Notice Date
- 4/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- F3QL019342A001
- Archive Date
- 5/8/2010
- Point of Contact
- William C. Clark, Phone: (478) 327-9883
- E-Mail Address
-
william.clark.1@robins.af.mil
(william.clark.1@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Purchase Description This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested, and a separate written notice will not be issued. THIS SOLICITATION WILL NOT RESULT INAN ORDER AGAINST A FEDERAL SUPPLY SCHEDULE. ANY OFFER WHICH IS PREDICATED UPON THE AWARD BEING PLACED AGAINST AN FSS WILL NOT BE CONSIDERED. INCLUDE THIS STATEMENT IF APPLICABLE: SMALL BUSINESS SIZE STANDARD: (a) NAICS: 541511 (b) NR OF EMPLOYEES: The renewal of 65 each ELIP JM OCR Server Licenses (plus two options periods). Mfr: ELAN GMK justification for Sole Source or Brand Name Only: Must match existing systems located at Robins AFB. Price(s) should be FOB Destination (Robins AFB, GA 31098). In addition to price and delivery, quote should include your CAGE code, DUNS number, and taxpayer ID number. Currently, 65 ELAN GMK JM software licenses are in use within the WR-ALC technical data conversion environment. The ELAN GMK JM product is the only software that is capable of fulfilling our requirement and that is compatible with our existing software and processes. Reengineering of the tools and processes currently utilized to employ a different product would not be cost effective and would significantly impact the government's ability to produce the data format necessary to allow searching of engineering drawing content. Deviation from this software at this time would require a software development effort and re-engineering of processes and would induce significant performance risk into production service contracts utilized for execution, tracking and quality assurance of conversion processes. Implementation of new software tools and processes would also require modification of training and process documentation and re-accomplishment of training for 8-10 personnel currently performing conversion services within the established environment utilizing this specific toolset. Quotations should be mailed to William Clark (william.clark.1@robins.af.mil) no later than 23 Apr 2010, 400pm EST. The anticipated award date is 30 Apr 2010. Please do not request status prior to this date. The following clauses are applicable to subject solicitation (current through FAC 2005-39 dated 19 Mar 2010 and DFARS DCN 20100324: 52.252-2 - Clauses Incorporated by Reference. The full text of a clause may be accessed electronically at this/these address (es): Regulations URLS: (Click on the appropriate regulation.) http://farsite.hill.af.mil/reghtml/far/farltoc/htm http://farsite.hill.af.mil/reghtml/dfars/dfarltoc.htm http://farsite.hill.af.mil/reghtml/affars/affarltoc.htm http://farsite.hill.af.mil/reghtml/afmcfars/afmcltoc.htm 52.212-1 - Instructions to Offerors - Commercial (full text); 52.212-2 - Evaluation - Commercial Items (full text) - The evaluation factors shall be: Price and Price related factors, Conformance to performance specifications. 52.212-3 - Offeror Representations and Certifications - Commercial Items (full text). The rule is effective January 1, 2005. This final rule requires offerors to provide representations and certifications electronically via the BPN website; to update the representations and certifications as necessary, but at least annually, to keep them current, accurate and complete. The website is as follows: http://www.bpn.gov; 52.212-4 - Contract Terms and Conditions - Commercial Items (incorporated by reference) 52.212-5 (DEV) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (full text). 52.217-8 -- Option to Extend Services 52.217-9 - Option to Extend the Term of the Contract 52.222-26 - Equal Opportunity 52.223-5 - Pollution Prevention and Right-to-Know Information 52.232-18 - Availability of Funds 52.232-33 - Payment by Electronic Funds Transfer 52.233-3 - Protest After Award 52.247-34 - F.o.b. Destination 252.204-7004 - Required Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Wide Area Workflow- Receipt and Acceptance (WAWF-RA) IAW 252.232-7003 Oral Procedures will not be used for this solicitation. The anticipated award will be FFP. All responsible sources solicited may submit a bid, proposal, or quotation, which shall be considered. Please send quotes to william.clark.1@robins.af.mil. Any questions must be submitted in writing via email. Questions will not be answered by phone. Answers to questions may be posted to FedBizOpps.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QL019342A001/listing.html)
- Place of Performance
- Address: 460 Richard Ray Blvd. Suite 200, Robins AFB, Georgia, 31098-1813, United States
- Zip Code: 31098-1813
- Zip Code: 31098-1813
- Record
- SN02111458-W 20100404/100402235240-036ff2e2bcafbe4b9b7579926275e765 (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 |