Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2013 FBO #4310
SOLICITATION NOTICE

70 -- Milestone XProtect Corporate Device License

Notice Date
9/10/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Code 253, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
N61340-13-T-0102
 
Archive Date
9/18/2013
 
Point of Contact
Ana M Aragon, Phone: 407-208-8053, MongTrang Perrault, Phone: 4073804723
 
E-Mail Address
ana.aragon@navy.mil, trang.perrault@navy.mil
(ana.aragon@navy.mil, trang.perrault@navy.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; quotes are being requested and a separate written solicitation will not be issued. The Government will award this requirement as a Purchase Order, using policies and procedures in accordance with FAR parts 12 and 13. This announcement constitutes the only solicitation. Solicitation N61340-13-T-0102 is issued as request for quotes (RFQ) and incorporates the provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-31, Effective 19 March 2009. The FSC Code is 7030, and the NAICS Code is 511210. The Government intends to set aside 100% of this requirement to a Small Business entity as stated in FAR 19.502-2 - Total Small Business Set-Asides. This is a BRAND NAME requirement for the Federal Law Enforcement Center (FLETC) project. These specific brand items meet the Government requirements and maintain consistency in training facilities. All responsible offerors concerns may submit a Quotation (refer to FAR 52.212-1 for Instructions), which, if timely received, will be considered by the Agency. Responsible offerors shall conform with the clauses included in this solicitation. It is mandatory to register with the System Award Management (SAM), http://www.sam.gov/. Contractors' Representations and Certifications must be updated in the above site. Your DUNS number and CAGE code will be required to conduct business with the Department of Defense. This requirement is for: 149 Milestone XProtect Corporate licenses with 2 years of Software Upgrade Plan (SUP) to be added to the existing Federal Law Enforcement Training Center (FLETC) Milestone XProtect Corporate training support system. CLIN 0001 - 149 Milestone XProtect Corporate licenses with 2 years of Software Upgrade Plan (SUP) - Product Code XPCODL & Y2XPCODL GSA or OPEN MARKET prices will be considered. Delivery shall be made FOB Destination in accordance with FAR 52.247-34 to: Attention: Mr. Tyson Griffin, Code 4.6.2.2. NAWCTSD Orlando 12350 Research Parkway Orlando, FL 32826 Delivery : Offerors are requested to provide its most expeditious delivery date after receipt of purchase order. Acceptance of delivery shall be made at destination within seven (7) days of delivery. Evaluation Criteria: The Government will award a purchase order resulting from the RFQ to the responsible offeror whose offer conforming to this notice will be the most advantageous, representing the best value to the Government. The Government will award on a "lowest price technically acceptable" basis to the offeror meeting the specifications of this RFQ. Best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. A firm fixed price Purchase Order will be awarded as a result. Technical acceptability will be based on the offeror providing a quote that satisfactorily meets the technical requirements stated herein. The following provisions and clauses are applicable to this procurement: FAR 52.212-1 (Instructions to Offerors - Commercial Items) (FEB 2012). FAR 52.212-3 (Offeror Representations and Certifications-Commercial Items), FAR 52.214-4 (Contract Terms and Conditions -Commercial Items) The following subparagraphs of FAR 52.212-5(b) apply: (5)(i), (15), (16), (17), (18), (19), (21), (24)(i)), (26), (28), (31) and (36). The following FAR/DFARS/NAVAIR clauses apply to this acquisition: 52.233-4, 52.252-2, 52.252-6, 252.211-7003, 5252.204-9503, and 5252.232-9511. The following DFARS clauses apply: 252.204-7006, 252.232-7003, 252.232-7006 (WAWF). For full text clauses visit http://farsite.hill.af.mil/VFFARA.HTM part 52 for FAR clauses; http://farsite.hill.af.mil/vfdfara.htm subpart 52 for DFARS clauses; and http://www.navair.navy.mil/doing_business/open_solicitations/clauses.cfm for NAVAIR clauses. Quotes are due at 3:00 PM EST on 17 September 2013 and shall be sent via electronic mail to ana.aragon@navy.mil. Estimated award date is 20 September 2013. All information shall be furnished at no cost or obligation to the Government. If no affirmative written response is received at the time and date specified above, the contract will be awarded without further notice. For information or questions concerning this solicitation, contact Ana Aragon, Contract Specialist, at (407) 380-8053 or via e-mail at the above referenced e-address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N61340-13-T-0102/listing.html)
 
Place of Performance
Address: N/A, United States
 
Record
SN03181992-W 20130912/130910235542-61f94a242530ed1d6d8ba57d3810f86b (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.