SOLICITATION NOTICE
D -- Training System Upgrade and Redesign.
- Notice Date
- 6/23/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- USPFO for Pennsylvania, Department of Veteran and Military Affairs, Annville, PA 17003-5003
- ZIP Code
- 17003-5003
- Solicitation Number
- W912KC01440500
- Response Due
- 7/13/2010
- Archive Date
- 9/11/2010
- Point of Contact
- Cynthia Whitman, (717) 861-8710
- E-Mail Address
-
USPFO for Pennsylvania
(cynthia.whitman@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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. This is a request for proposal under solicitation number W912KC01440500. All businesses are invited to the combined synopsis/solicitation. Although a small business set-aside, if insufficient responses from small businesses, the set-aside may be dissolved and an award made without further announcement. The synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-41. NAICS Code is 541512 and the business size standard is $23 million. The description of requirements will be with a design that has the server system being resourced to have 450 Thin Clients running at the same time, add a battle command server (BCS)to have all 80 VMware machines running FBCB2 and MCS, increase the capability for growth and expansion, add more BCS systems to capabilities (AFATDS, ASIS, CPOF), expand the band width going to the SAN server to increase overall performance, modify the share point to improve management of the Regimental courseware, have a service contract to cover services and problems that could arise. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, is applicable. Each offeror's submission is evaluated according to the factors shown below. Factors and sub-factors will be treated equally to award to the offeror with the best value to the Government. A. Technical Approach (1) understanding of the work, creativity and thoroughness in understanding the objectives of the SOW and specific tasks. (2) Ability to address anticipated potential problem areas. B. Past Performance. C. Cost. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Between proposals/offers that are evaluated as technically equal in quality, cost will become a major consideration in selecting the successful offeror. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The vendor will be required to have the ability to accept the Government Visa International Merchants Purchase Authorization Card (GPC) for payment. Under this system, the vendor will receive payment for items and services using the credit card system. The Government is only obligated to the extent of authorized purchases actually made under the contract. The vendor will provide a single point of contact (1-800-number)for the Government, with direct communications (no electronic answering devices) Monday through Friday during normal working hours (7:30am thru 4:30pm Eastern Standard Time). This point of contact will provide same day responses to Government inquiries as required. The following information MUST BE PROVIDED with your quote submission: Tax identification number (TIN), Dun & Bradstreet number (DUNS), Complete business mailing address, contact name, phone number, fax number and e-mail address, completed annual representations and certifications per FAR 52.204-8 and proof of Central Contractor Registration. (CCR). Offers are due July 13, 2010 in The Department of Military and Veterans Affairs, USPFO for PA, Purchasing and Contracting, Annville, PA 17003 Attn: Cynthia Whitman by 2PM. For information regarding this synopsis/solicitation please email questions to: cynthia.whitman@us.army.mil. Telephone number is (717) 861-8710.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA36/W912KC01440500/listing.html)
- Place of Performance
- Address: USPFO for Pennsylvania Department of Veteran and Military Affairs, Annville PA
- Zip Code: 17003-5003
- Zip Code: 17003-5003
- Record
- SN02186640-W 20100625/100623235637-261049c0b3f1b0c032c8c603b68a9620 (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 |