Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2012 FBO #3991
SOLICITATION NOTICE

70 -- STRESS CHECK ANNUAL SOFTWARE LICENSE AND MAINTENANCE

Notice Date
10/26/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883613T0008
 
Response Due
11/1/2012
 
Archive Date
11/16/2012
 
Point of Contact
YOLANDA COLOCAR 904-790-4538
 
E-Mail Address
yolanda.colocar@navy.mil
(yolanda.colocar@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) Code is 541512 and the business size standard is $25.5MIL. Fleet Contracting Center, Naval Air Station Jacksonville Fl intends to purchase on a open market basis the following: 1) Annual Stress Check Software License and Maintenance for the period 01 Nov 2012 “ 31 Oct 2013. Includes: (2) each Stress check Base & 64-bit Solver Paid “Up Floating win32 License, SBEPFW3L/SBEPFW3M; (1) each Linear Elasticity Analysis Paid-Up Floating Win32 License, SLIPFW3L/SLIPFW3M; (1) each Nonlinear analysis Paid-Up Floating Win32 License, SNLPFW3L/SNLPFW3M; (1) each IGES CAD Translator Paid-Up Floating Win32 License, SIGPFW3L/SIGPFW3M. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This 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. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 Offeror Representations and Certifications- Commercial Items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: śAdditionally, the Government will accept the contractor ™s commercial warranty. ť Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; Clause 52.219-6 Total Small Business Set-aside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program), Clause 52.246-15, Certificate of Conformance and Clause 52.246-7000 (DD250). Registration in the Central Contractor Registration (CCR) Database is a requirement for award, go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company ™s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 10:00 A.M. 01 NOV 2012.. Quotations must be in writing and may be faxed or mailed to the following. Attn Yolanda B. Colocar, FLC JAX BLDG 110, Box 97, Naval Station Jacksonville FL, 32212. Fax 904-790-4247, Telephone 904-790-4538.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b0155c0492864d61a472ea9c410565e5)
 
Place of Performance
Address: FLEET READINESS CENTER-SOUTHEAST
Zip Code: AIR VEHICLE DEPARTMENT
 
Record
SN02920156-W 20121028/121026233954-b0155c0492864d61a472ea9c410565e5 (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.