SOLICITATION NOTICE
63 -- Installation Services and SQL Platform Upgrade for MasterMind Servers
- Notice Date
- 7/11/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060411T3129
- Response Due
- 7/15/2011
- Archive Date
- 7/30/2011
- Point of Contact
- Mitchell Yoshimura 808-473-7508
- Small Business Set-Aside
- N/A
- Description
- SQL Platform Upgrade for MasterMind Software This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulations (FAR) Subpart 12 - Acquisition of Commercial Items and FAR Subpart 13 “ Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The solicitation number is N00604-11-T-3129. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-47 and DFARS Change Notice 20110120. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334310 and the size Standard is 750 employees. The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing: CLIN0001: Data Merge CLIN 0002: Reinstall and upgrade two servers (includes upgrade of SQL data) CLIN 0003: 3 days on-site training CLIN 0004: 2 days on-site tech services CLIN 0005: Project Management CLIN 0006: Integration of alarms from exiting Vindicator system Delivery Location is Navy Region Hawaii, 850 Ticonderoga Street, Suite 107, Joint Base Pearl Harbor-Hickam, HI 96860 The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.225-13, Restriction on Foreign Purchase 52.232-33, Payment by Electronic Funds Transfer-CCR Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.201-7000, Contracting Officer Representative 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.212-7000, Offeror Representations and Certifications - Commercial Items 252.225-7001, Buy American Act and Balance of Payments Program 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.204-7004 Alt A, CCR Registration 5252.232-9402, Wide Area Work Flow This announcement will close at 8 AM (Hawaii Standard Time) on Friday, 15 July 2011. Contact Mitchell Yoshimura who can be reached at 808-473-7508 or email mitchell.yoshimura@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. The final contract award will be based be made to the vendor, whose quote, conforming to the RFQ, represents best value, price and technical capability considered. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes will be accepted via email only to the email address indicated above. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060411T3129/listing.html)
- Place of Performance
- Address: Navy Region Hawaii
- Zip Code: 850 Ticonderoga Street, Suite 107, JBPHH, HI
- Zip Code: 850 Ticonderoga Street, Suite 107, JBPHH, HI
- Record
- SN02494288-W 20110713/110711234105-fa32f3fe9c13e43def2b0f56947b820d (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 |