SOLICITATION NOTICE
70 -- JAG School Access to Law Library
- Notice Date
- 9/19/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- MICC - Fort Lee, Directorate of Contracting, 1830 Quartermaster Road, Bldg. 7124, Fort Lee, VA 23801-1606
- ZIP Code
- 23801-1606
- Solicitation Number
- W91QF511T0046
- Response Due
- 9/26/2011
- Archive Date
- 11/25/2011
- Point of Contact
- Waun A Priest, 804-765-7783
- E-Mail Address
-
MICC - Fort Lee
(waun.a.priest@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. The enclosed Solicitation is for a firm fixed price services requirement for the leasing of hardware and software in order to provide access to an Application Service Provider (ASP). Requirement is for an Online Law Library Catalog consisting of four modules/components for twenty-five (25) users and four (4) TJAGLCS Library Staff Members. Subject requirement will be a 5 year contract, consisting of a Base year with four option years. The applicable SIC Code is 7373 and NAISC Code is 541512; the applicable size standard is 18M. The proposed contract action is for services, which the government intends to solicit with only one source under the authority of FAR 6.302 and FAR 6.303-1 to, Innovative Interfaces Inc. Interested persons may indentify their interest and capability to respond to this requirement. This notice of intent is not a request for competitive bids, however; bids received within five (5) days after date of publication to this synopsis will be considered by the government.. Solicitation is due to be issued 19 September 2011 and will close on 26 September 2011. Interested sources may download a copy of the solicitation in FedBidOpps. Requirements are as follows: Line Item 0001 Quantity of 1 Each INN-Keeper, Online Public Access Catalog :Cataloging :hardward utilizing the Innovative DBMS :Report Writer online storage for 80 simultaneous management report :Review files; Millennium Web-based Management reports Line Item 0002 Quantity of 1 Each Circulation - Unlimited Patron Record File Size Line Item 0003 Quantity of 1 Each Web Accessing Management Scoping Line Item 0004 Quantity of 1 Each Scoping Millennium Graphical Self-Check Line Item 0005 Quantity of 1 Each Line Item 0006 Quantity of 1 Each Line Item 0007 Option Year Line Item 0008 Option Year Line Item 0009 Option Year Line Item 0010 Option Year Offeror shall specify whether quote is F.O.B., Destination, or Other. Delivery is required no later than 30 days after award to Fort Lee, VA. The following clauses apply to this acquisition: 52.212-3 Offeror Representations and Certifications--Commercial Items By full text, 52.228-5 Insurance--work on a Government Installation by full text, 52.233-3 Protest After Award by full text, 52.237-1 Site Visit by full text, DFARS Clauses 252.223-7001 Hazard Warning Labels 252.246-7000 Material Inspection and Receiving Report, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items with the following fill-in clauses also applying 252.225-7001, 252.232-7003, The following clauses are incorporated by reference 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment, 52.222-41 Service Contract Act Of 1965, 52.222-42 Statement Of Equivalent Rates For Federal Hires 52.252-2 Clauses Incorporated By Reference 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items by reference and the following fill-in clauses also apply: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37. The offeror shall include a completed of FAR 52.212-3, Offeror Representations and Certification, Commercial Items with their offer. The full text of these provisions and clauses may be obtained by accessing http://www.acq.osd.mil/dpap/dars/index.html or http://www.acqnet.gov. The following local Clause doesn't apply 52.000-4028 Site Visit: If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under AMC-Level Protest Program, the protest must request resolution under the program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1 SE 3401 Ft Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1 SE 3401 1412 Jackson Loop Ft Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer of HQ, AMC to obtain the AMC-Level Protest Procedures.(End of Provision). The offeror must be actively registered in the Central Contractor Registration (CCR) database and the On-Line Certification and Representations Application (ORCA) database to be considered for award. The website for CCR and ORCA is http://www.ccr.gov and https://orca.bpn.gov. The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision). Proposals are due by 10 Jun 2011 4:00 PM EST and may be faxed to the attention of Patsy Simmons at 804-734-4633 or emailed to waun.a.priest@us.army.mil. Questions or concerns shall be directed to Waun A Priest Contracting Specialist via email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6d6fc522fc18f9a2413f8967a9e0dd1d)
- Place of Performance
- Address: MICC - Fort Lee Installation Contracting Office, 1830 Quartermaster Road, Bldg. 7124 Fort Lee VA
- Zip Code: 23801-1606
- Zip Code: 23801-1606
- Record
- SN02583309-W 20110921/110920000319-6d6fc522fc18f9a2413f8967a9e0dd1d (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 |