SOLICITATION NOTICE
70 -- ATDI ICS Network Telecom Software Licenses
- Notice Date
- 6/28/2004
- Notice Type
- Solicitation Notice
- NAICS
- 517910
— Other Telecommunications
- Contracting Office
- Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
- ZIP Code
- 09335
- Solicitation Number
- W914NS-04-Q-0197
- Response Due
- 7/13/2004
- Archive Date
- 7/28/2004
- Point of Contact
- Walter Walter, Contract Specialist, Phone 703-343-9218, - Richard Nalwasky, Contracting Officer, Phone 703-343-9218,
- E-Mail Address
-
walter.walter@cpa-iq.org, richard.nalwasky@cpa-iq.org
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (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 WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation, W914NS-04-Q-0197, is issued as a Request for Quotation (RFQ). This action is unrestricted and provides for full and open competition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13 and DFARS Change Notice 20020531. The associated NAICS code is 517910. The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for ATDI ICS Telecom Network Radio Planning Software Licenses (Version 6.83). The Contract Line Items (CLIN) has a required delivery time of 30 days ARO. Delivery will be FOB Destination and all costs associated with shipping will be included in the price to the ICMC Facility in Baghdad, Iraq. The successful offeror will be issued a customs levy exemption certificate but must make all arrangements for delivery. Description and specification requirements: CLIN 0001 ? ATDI ICS Telecom Network Telecom Planning Software License (Version 6.83), 5 Ea. $___________; TOTAL: $______________. The Contracting Officer will evaluate quotes based on technical capability of the item listed which must be compatible with existing ATDI. The selection of a contractor for award will be based on the specification strength and quality in the area of the offeror?s technical proposal. Offerors shall include a detailed product description that highlights specifications and quality. The technical proposal will be more important than price. Quotes must provide convincing documentary evidence in support of any conclusionary statements relating to promised performance. The following clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors?Commercial Items, as well as the following instructions: In order to make a determination of responsibility, offerors shall submit information on their past performance in like or similar acquisitions in the last three years. Offerors will provide no more than two pages of past performance information. Each instance of relevant past performance shall include the contract number and/or delivery order number, contract type, contract value, whether competitive or sole source, description of work, and customer point of contact including e-mail address and telephone number. Offerors shall submit a proposal which shall be quoted in US dollars and which may be transmitted via e-mail to the address below. Compressed (e.g., zip) or executable files (e.g., exe) are not permitted! Offers based on Irrevocable Letters of Credit (L/C) will be considered non-responsive. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation ? Commercial Items, offerors should submit with their quotation: (1) a price proposal in US Dollars which shows the proposed unit price for each line item, the extended total price for each line item, and the total overall price for all contract line items; (2) supporting information or product literature/specifications for the proposed items that demonstrates a clear understanding of the specifications stated in the CLIN; (3) a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (MAY 2002), and Alternate I (APR 2002); (4) Contractor?s Duns and Bradstreet (DUNS) number; (5) Contractor?s Cage Code; and (6) an affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov. Note: Contractors must be registered in the Central Contractor?s Registration database in order to receive payment, should they receive a Government contract award! The following clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (FEB 2002) as augmented by the Department of Defense FAR Supplement (DFARS); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders ? Commercial Items (MAY 2002), to include the following subparagraphs--FAR 52.222-3 Convict Labor (AUG 1996); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers With Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUL 2000); FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (MAY 1999); FAR 52.232-36 Payment by Third Party; FAR 52.233-3 Protest After Award (AUG 1996); FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); DFARS 252.204-7004, Required Central Contractor?s Registration (NOV 2001); and De-Ba?athification of Iraqi Society, Coalition Provisional Authority Order Number 1, dated 16 may 2003, Subject: De-Ba?athification of Iraqi Society and the corresponding implementation plan and delegations of authority (found at http://cpa-iraq.org). In accordance with Federal Acquisition Regulation 52.216-1, Type of Contract, the Government anticipates award of a firm fixed priced contract. Acceptance will be by the ICMC Facility in Baghdad, Iraq. All interested, responsible firms may submit quotes (applicable documentation must be in accordance with FAR 52.212-1 and 52.212-2 listed above) which must be received no later than 5:00 P.M. (Baghdad Time), 20 June, 2004 at the following email address: walter.walter@cpa-iq.org. Franked mail must be delivered to: Republican Presidential Palace, Attn: Contracting, Coalition Provisional Authority, Rm. S-106A, Baghdad, Iraq, APO AE 09316. Timely delivery of mailed proposals is the sole responsibility of the Offeror. Questions regarding this quotation should be directed to Mr. Stephen Walter at email walter.walter@cpa-iq.org; faxed quotes will NOT be accepted. Copies of above referenced clauses are available at http://www.arnet.gov/far/. Please note that any amendments to this Solicitation shall be processed in the same manner as this Synopsis/Solicitation.
- Place of Performance
- Address: Baghdad
- Country: Iraq
- Country: Iraq
- Record
- SN00611529-W 20040630/040628212534 (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 |