Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
SOLICITATION NOTICE

70 -- Purchase (20) Product Upgrade i2 Analyst's Notebook (English)

Notice Date
9/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Mission Division (PARC Americas 410th CSB), 2450 Stanley Road Suite 320, Building 1000 2nd Floor, Fort Sam Houston, TX 78234-7517
 
ZIP Code
78234-7517
 
Solicitation Number
W91WRZ-10-P-DW08
 
Response Due
9/7/2010
 
Archive Date
11/6/2010
 
Point of Contact
DARNELL WILLIAMS, 210-295-5875
 
E-Mail Address
Mission Division (PARC Americas 410th CSB)
(darnell.w.williams@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. This is a 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; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-10-Q-0169 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100305. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as full and open competition under NAICS code 511210 and small business size standard of $25 million dollars. The contractor shall provide the following items on a firm fixed price basis: Item 1: Product Upgrade i2 Analysts Notebook English QTY: 20 MFR: i2 BRAND NAME JUSTIFICATION: JOIC-S has two i2 server licenses to support 12 and 8 workstations to support AN, version 6.0.13. Since the time of purchase JITF-CT, along with other agencies have upgraded to AN 8.5. While an AN 8.5 can open AN 6.0x files, an AN 6.0x cannot open AN 8.5 files. This subsequently denies us from organic sharing between the JIG and the JITF-CT. In addition, many in the intelligence community are also switching to AN 8.5, thus even further denying us from being able to utilize their increased functionality in the JIG. Lastly, i2 has reported security fixes in 8.5 that were declared vulnerabilities in version 7.x and earlier. Therefore procuring the AN 8.5 upgrades will bring our office into compliance and connectivity with the intelligence community, and assist us in our mission of fighting the Global War on Terrorism. Total price must include shipping FOB Destination. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The expected Period of Performance is 1 Sept 2010 - 31 Aug 2011. The place of delivery, acceptance and FOB destination point is Joint Task Force Guantanamo, JTF-J6 OIF BLDG, APO AE 09360 The provision at 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (a) Written quotes are due at or before 3 PM (ET), Tuesday 7 September, 2010. Submit to: DIRECTORATE OF CONTRACTING, JTF-J4, APO AE 09360, Attn: SFC Darnell Williams or by facsimile to: 011-5399-3366 or by email to darnell.w.williams@us.army.mil (b)(10) No past performance information is required. (c) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within 4 (four) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. EVALUATION PROCEDURE. Award will be made to the responsible offeror whose quote is the most advantageous based on Price. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (AUG 2009) and ALT I (Apr 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their quote. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (MAR 2009), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEC 2009), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2009), applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) 252.227-7015 Technical Data--Commercial Items (NOV 1995) 252.227-7037 Validation of Restrictive Markings on Technical Data (SEP 1999) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) 252.247-7023 Transportation of Supplies by Sea, Alternate III (MAY 2002) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) The following additional DFARS clause also applies: 252.232-7010, Levies on Contract Payments (Dec 2006) Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. The following Defense Priorities and Allocations System (DPAS) has assigned the following rating DO-C9 to this effort. All responsible organizations may submit a quote, which shall be considered. Point of Contact SFC Darnell Williams, Contracting Officer, Phone 011-5399-3366 FAX, 011-5399-2151, Email darnell.w.williams@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8fd309c8f3304ffae26c77b833cca55c)
 
Place of Performance
Address: Joint Task Force - Guantanamo JTF-J6 GTMO OIF BLDG APO AE
Zip Code: 09360
 
Record
SN02264337-W 20100903/100901235840-8fd309c8f3304ffae26c77b833cca55c (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.