SOLICITATION NOTICE
99 -- Procurement of Software Viewer License Fees
- Notice Date
- 9/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8505-11-R-34984
- Archive Date
- 9/22/2011
- Point of Contact
- Gleybis Carrera, Phone: 4789266440, Katherine M. Whelchel, Phone: (478)926-7349
- E-Mail Address
-
gleybis.carrera@robins.af.mil, Katherine.Whelchel@robins.af.mil
(gleybis.carrera@robins.af.mil, Katherine.Whelchel@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for procurement of Software Viewer License fees for the Data Renaissance Suite (DRS) to support the Data Courier Web (DCW), Wiring Illuminator Web (WIW), and Annotation Manager (AM) tools within the F-15 C/D/E Integrated Maintenance Information System (IMIS). This solicitation is 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. This requirement is planned as a Sole Source Firm Fixed Priced acquisition to CDG (Continental Data Graphics). Statutory Authority: 10 U.S.C 230(c)(1) as implemented by FAR 6.302-1, Only One Responsible Source, and No Other Supplies or Services Will Satisfy Agency Requirements. SOLICITATION : FA8505-11-R-34984 - The government intends to issue a onetime commercial contract for acquisition of s oftware Viewer License fees. Contract Line Item Numbers (CLINs) are described below. The North American Industry Classification System (NAICS) code is 541512. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Although the Government does not own the data to support acquisition of the DRS license fees from any other source, any source who responds to the Government as a result of this synopsis will be identified to the prime contractor as a potential for subcontracting possibilities. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Federal Acquisition Regulation 252.204-7004 (Alt A) requires Central Contractor Registration. All respondent offerors must be registered in http://www.ccr.gov in order to be eligible for contract award and must have also submitted their representations and certifications at the Online Representations and Certifications Applications (ORCA) website at http://orca.gov. Qualified sources interested in this requirement should submit quotes along with CAGE Code and Point of Contact information on company stationery to: Gleybis Carrera, Contract Specialist, Via email to: gleybis.carrera@robins.af.mil Line Item Description CLIN 0001: DRS Software License Fee 1LO (estimated amount of 2,750 licenses) Delivery information: The contractor shall deliver the licenses electronically or as appropriate within 30 days of contract award. FOB: Destination Type of Contract Award: Firm Fixed Price Payment Terms: NET 30 DAYS Period of Performance: The DRS license will be active within 30 days after contract award and be valid for 12 months. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this website: http://farsite.hill.af.mil/ The following clauses are applicable. 1. 52.204-7, Central Contractor Registration 2. 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 3. 52.212-1, Instructions to Offerors-Commercial Items 4. 52.212-2, Evaluation - Commercial items (Jan 1999) 5. 52.212-3, Offeror Representations and Certifications-Commercial Items. An Offeror shall complete only paragraph (j) of this provision if the Offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov 6. 52.212-4, Contract Terms and Conditions - Commercial Items 7. 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 8. 52.223-11, Ozone Depleting Substances 9. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 10. 52.243-1, Changes - Fixed price 11. 52.247-34, F.O.B. -- Destination 12. 52.252-2, Clauses Incorporated by Reference (http:farsite.hill.af.mil) 13. 52.252-6, Authorized Deviations in Clauses 14. 252.204-7004 (Alt A), Required Central Contractor Registration. All respondent offerors must be registered in www.ccr.gov in order to be eligible for contract award. 15. 252.204-7008 Export - Controlled Items 16. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 17. 252.232-7003, Electronic Submission of Payment Requests
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8505-11-R-34984/listing.html)
- Place of Performance
- Address: 6141 Katella Ave, Cypress, California, 90630-5202, United States
- Zip Code: 90630-5202
- Zip Code: 90630-5202
- Record
- SN02559549-W 20110903/110902102720-058644e47a63b711b3326a12e4585439 (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 |