Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2011 FBO #3403
SOLICITATION NOTICE

70 -- DTOD Software License Renewal & Purchase - RFQ Format

Notice Date
3/18/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Other Defense Agencies, United States Transportation Command, USTRANSCOM Command Acquisition, 508 Scott Drive, Bldg 1900, Scott AFB, Illinois, 62225, United States
 
ZIP Code
62225
 
Solicitation Number
HTC711-10-Q-D031
 
Archive Date
4/1/2011
 
Point of Contact
Gwendolyn Brown, Phone: 6182207027, Terri Francoeur, Phone: 618-220-7053
 
E-Mail Address
gwendolyn.brown@ustranscom.mil, terri.francoeur@ustranscom.mil
(gwendolyn.brown@ustranscom.mil, terri.francoeur@ustranscom.mil)
 
Small Business Set-Aside
N/A
 
Description
HTC711-11-Q-D031, Request for Quote, DTOD Software PC*Miler and DTOD Multi-Version Switch This notice is a combined synopsis/solicitation and Notice of Intent. The Government intends to award a contract for a one year software license renewal for the Defense Table of Official Distances (DTOD) customized version of the commercial-off-the-shelf (COTS) PC*Miler Worldwide software under the authority of FAR 6.302-1. This will be in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. A statement that the solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43, dated 2 August 2010. The North American Industry Classification System code is 541511 with a business size standard of $25 Million. DTOD is a customized version of the COTS PC*Miler software package which provides worldwide distance calculations for supporting vouchers and payments for DOD temporary duty (TDY), and permanent change of station (PCS) travel, freight movements, and personal property shipments. The system incorporates CONUS and OCONUS requirements, is compatible with commercial industry standards and supports the Defense Travel System (DTS) re-engineering milestones. There are approximately 10,000 DTOD users who must continue to be supported by the DTOD land mileage calculating program for claims and payments. The Period of Performance will take place 1 April 2011-31 Mar 2012. FOB Point shall be Destination, Scott AFB. Delivery location is HQ SDDC, 709 Ward Drive, Scott AFB, IL 62225. The following FAR and DFAR provisions and clauses apply to this acquisition: FAR 52.204-7(b)(1). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchase agreement resulting from this solicitation; FAR 52.212-1, Instructions to Offerors Commercial Items;FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5 Alt I, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items Alternate I: DFARS 252-204-7004, Alternate A Central Contractor Registration: 252-212-7001, Contract Terms and Conditions Required to Implement Statues of Executive Order Applicable to Defense Acquisitions or Commercial Items (DEVIATION). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3, Offerors Representations and Certifications Commercial Items at website http://orca.bpn.gov. Copies of the above referenced clauses are available from http://farsite.hill.af.mil/vffara.htm. This notice of intent is a request for proposals. (See Attachment 1, for format of submission of your proposals). Offers may be e-mailed to Gwendolyn Brown at United States Transportation Command, Directorate of Acquisition at Gwendolyn.brown@ustranscom.mil and must not be submitted later than 3:00 PM (CST), 23 Mar 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-10-Q-D031/listing.html)
 
Place of Performance
Address: Surface Deployment Distribution Command (SDDC), 709 Ward Drive, Bldg. 1990, Scott Air Force Base, Illinois 62225, United States, Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN02404506-W 20110320/110318234544-c97ea924b0ee19726a8750b2aa3c7a19 (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.