SOLICITATION NOTICE
70 -- Repartee Software Upgrade
- Notice Date
- 6/7/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 347 CONS, 4380B Alabama Rd., Moody AFB, GA, 31699-1794
- ZIP Code
- 31699-1794
- Solicitation Number
- FA4830-04-Q-0054
- Response Due
- 5/14/2004
- Point of Contact
- Bryan Ewing, Contract Specialist, Phone 229-257-4917, Fax 229-257-4032, - Kelli Justice, Contracting Apprentice, Phone 229-257-3629, Fax 229-257-4032,
- E-Mail Address
-
bryan.ewing@moody.af.mil, kelli.justice@moody.af.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 solicitation number for this procurement is FA4830-04-Q-0054 and is issued as Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2001-13, Defense Acquisition Circular (DAC) 91-13 and Air Force Acquisition Circular (AFAC) 2003-0501. The solicitation is 100% small business set-aside. The North American Industry Classification System is 541511. The small business size is $21 Million. The BID SCHEDULE shall be for Line Item 0001: Statement of Work for Voice Mail Upgrade: Contractor will upgrade existing Active Voice Repartee 7.44 voice mail system to the most current version. Upgrade will also include GUI interface. Each voice mail box shall require (at a minimum) a 6 digit personal pass code. The upgrade shall not provide a bypass option for the personal pass code. Contractor will provide on site training for up to 8 personnel and at least two copies of service manuals. Contractor will also provide at least 500 customer instruction booklets. At least 1 year customer support and parts/labor warranty will be provided. Customer support will consist of immediately available telephone support followed by on-site support if the problem can not be resolved via telephone. Contractor must have a 6 hour minimum on-site response time from the time of notification. Contractor?s must be located within a 6 hour driving distance from Moody AFB, GA. The following is the minimum required parts that will need to be provided: (PARTS THAT ARE EU): Ad-64 Level II Dell 2600 Tower *Xeon 2.4 GHZ processor *512 MB RAM *366 GB Hard Drive Repartee 7.44 to current version Upgrade (24 port minimum) AD-64 Win 2000 OS w/ PC anywhere software utilities Two 12 Port D/120 JCT PCI voice boards AD-64 External Modem Repartee to AD-64 Migration Package PERFORMANCE: The performance period shall be coordinated with the contracting officer. FOB POINT: Destination price must include shipping. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsive responsible low offeror that is found to be technically acceptable. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR registration requirements may be viewed via the internet at http://www.ccr2000.com/ or by calling the CCR Registration Centers at 1-888-227-2423.OFFEROR?S SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER. The following listed FAR clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the internet at http://farsite.hill.af.mil/. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: Place of Contract PerformanceAddress/City/State?Postal CodeCountrySetAside? Partial Small BusinessPartial HBCUService-Disabled Veteran-OwnedTotal Women-owned BusinessTotal HUB-ZoneTotal Small Disadvantage BusinessTotal Small BusinessVeteran-Owned Small BusinessTotal HBCUPartial Women-owned BusinessN/APartial HUB-ZonePartial Small Disadvantage BusinessVery Small Business8a CompetitiveArchiving policy. Synopsis and associated documents may be scheduled for archiving fifteen days after the response date, or upon a user-specified date subsequent to the posting date, or left unscheduled and manually archived later. The latest archiving date chosen for a synopsis or any associated document will become the effective archiving date for the entire document set. Year must be specified with a full four characters; i.e. "2000" instead of "00".AFAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759), FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)), FAR 52.222-26 Equal Opportunity (E.O. 11246) FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212) FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793) FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) FAR 52.225-3, Buy American Act-Supplies (41 U.S.C. 10) FAR 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 10, pub.L.103-187) FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment, FAR 52.228-5 Insurance-Work on a Government Installation. The following FAR Clauses apply if marked /X/: / X?/ FAR 52.214-21, Descriptive Literature, / X / FAR 52.219-6, Notice of Total Small Business Set-Aside. The Defense Priorities and Allocations System (DPAS) rating is C9E. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. EST ON 14 Jun 04. ALL PROPOSALS SHALL BE MARKED WITH REQUEST FOR QUOTE, SOLICITATION NUMBER, RECEIPT OF QUOTATION DATE & TIME, AND PROJECT TITLE ON THE OUTSIDE OF THE PROPOSAL ENVELOPE. FACSIMILE OFFERS WILL BE ACCEPTED. CONTRACTING OFFICER: Bryan P. Ewing. The point of contact for this solicitation is SSgt Bryan P. Ewing or SSgt , 229-257-4917, 229-257-4032 (fax). NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (07-JUN-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 08-JUN-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Place of Performance
- Address: 347 Communication Squadron, Moody AFB, GA
- Zip Code: 31699-1794
- Country: USA
- Zip Code: 31699-1794
- Record
- SN00600455-W 20040610/040608213059 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |