Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2010 FBO #3186
SOLICITATION NOTICE

70 -- RECOVERY AML Mobile

Notice Date
8/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
WASO - WCP - Denver Contracting & Procurement P.O. Box 25287MS WCP Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
Q2551109A25
 
Response Due
8/20/2010
 
Archive Date
8/13/2011
 
Point of Contact
Jaime M. Mijares Contract Specialist 3039692662 Jaime_mijares@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERYThis announcement is to state that the below information was issued originally as Q2551109025 and is reissued as Q2551109A25. COMBINED SYNOPSIS/SOLICITATIONScientific Support Services (I)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. (II)This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number N2551109025. (III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-43. It is the vendor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed at http://www.arnet.gov/far and http://www.doi.gov/pam/aindex.html. (IV)This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 541511. The small business size standard is $25 million dollars. (V)This combined solicitation/synopsis is for purchase of the following commercial AML Mobile Phase 2 Project (VI)Description of requirements is as follows:Proposed solution must be compatible with the existing NISC IT environment; product currently in place is the server based ESRI versioned SDE geodatabase. No refurbished products/equipment will be considered. (VII)Date(s) and place(s) of delivery and acceptance is 30 days from award date, National Park Service, Attn: Tim Smith, 12795 W. Alameda Parkway, Lakewood, CO 80228. Delivery shall be FOB Destination. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items July, 2008; applies to this acquisition. In addition to written price quotes, offers are instructed to provide technical ability to perform the statement of work as attached in the solicitation. (IX) Award will be based off of Lowest Price Technically Acceptable with regards to the statement of work attached to the solicitation. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2009), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications 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 (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (JUNE 2010) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JULY 2010) applies to this acquisition. The following clauses under subparagraph (b) apply: FAR 52.219-06 Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644)FAR 52.222-03 Convict Labor (June 2003) (E.O) 11755)FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126)FAR 52.225-01, Buy American Act - Supplies (Feb 2009)(41 U.S.C. 10a-10d)FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999) (31 U.S.C. 3332) (XIII) The following clauses are also applicable to this acquisition: The following FAR clauses and provisions are applicable to this procurement:FAR 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (MAR 2009)FAR 52.204-11American Recovery and Reinvestment Act - Report Requirements (JULY 2010)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial ItemsFAR 52.252-2 Clauses incorporated by Reference (XV) This announcement will close on Friday, August 20, 2010 at 5:00 p.m. MST.. Quotes are required to be received in the contracting office no later than 5:00 P.M. MST on August 20, 2010. All quotes must be emailed to the attention of Jaime_Mijares@nps.gov. (XVI) Any questions regarding this solicitation should be directed to Jaime Mijares, Contract Specialist, 303-969-2662 or email Jaime_Mijares@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q2551109A25/listing.html)
 
Place of Performance
Address: National Park ServiceAttn: Tim Smith12795 W. Alameda AveLakewood, CO
Zip Code: 80225
 
Record
SN02240334-W 20100815/100813235854-ee104d9575716884cf748c11f061780d (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.