SOLICITATION NOTICE
D -- Annual renewal of a software maintenance agreement for Automated Directory Attendant System (ADAS) developed by Amcom Software, Inc.
- Notice Date
- 9/17/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W911SF10T0101
- Response Due
- 9/22/2010
- Archive Date
- 11/21/2010
- Point of Contact
- Johnny A. Redford, 706-545-5428
- E-Mail Address
-
Contracting Center of Excellence (NCR-CC)
(johnny.redford@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 combined synopsis/solicitation for commercial items prepared in accordance with 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 will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. Mission & Installation Contracting Command Ft. Benning (MICC) on behalf of the Network Enterprise Center (NEC) intends to procure an annual renewal for software maintenance agreement for Automated Directory Attendant System (ADAS) developed by Amcom Software, Inc. Product description - ADAS Maintenance Contract One Year Renewal to include: Smart Console License, Smart Speech System, Computer Telephony and Dialogic Cards. This solicitation will be issued as a request for proposal (RFP) under the solicitation number: W911SF-10-T-0101. Solicitation number is subject to change upon receipt of funding clarification. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43. This acquisition is a small business set aside under NAICS code 541711 with a small business size standard of $25.0 million. A Firm Fixed Price contract is anticipated. The FAR provision 52.212-1 (June 2008), Instructions to Offerors - Commercial Items, applies to this acquisition. FAR 52.212-2 (January 1999) Evaluation Commercial Items, applies to this acquisition. The anticipated award date is 24 September 2010. All responsible sources may submit a proposal, which will be considered. Request for Proposal (RFP) responses must be submitted IAW instructions of Evaluation-Commercial Items (FAR 52-212-2) as stated in the RFP and provided to the Point of Contact (Johnny Redford, johnny.redford@us.army.mil) identified in the RFP, not later than 22 September 2010 at 1:00 PM EST. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government price and other factors considered. The following factors shall be used to evaluate offers for this service: Best value to the government - lowest price technically acceptable with trade-offs. FAR 52.212-3 (Alt I), Offeror Representations and Certifications -- Commercial Items (August 2009), applies to this acquisition. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010), applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2010), is applicable to this procurement along with the following addenda: 52.219-6 Notice of Total Small Business Set-Aside (June 2003) 52.219-28 Post Award Small Business Program Representation (April 2009) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (February 1999) 52.222-26 Equal Opportunity (March 2007) 52.222-36 Affirmative Action for Workers with Disabilities (June 1998) 52.222-41 Service Contract Act of 1965 (Nov 2007) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (October 2003) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (March 2008) IAW FAR 52.252-2 (February 1998), this combined synopsis/solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the Internet at https://farsite.hill.af.mil. Contracting Office Address: Mission & Installation Contracting Command 6600 Meloy Drive, Suite 250 Fort Benning, GA 31905-1300 Primary Point of Contact: Johnny Redford Contract Specialist johnny.redford@us.army.mil Phone: 706-545-5428 Fax: 706-545-3080
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/caaf87646a861b9c3e32b396db11c977)
- Place of Performance
- Address: Network Enterprise Center - Fort Benning Building 16 Ft. Benning GA
- Zip Code: 31905-5000
- Zip Code: 31905-5000
- Record
- SN02287032-W 20100919/100917235849-caaf87646a861b9c3e32b396db11c977 (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 |