Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2005 FBO #1166
SOLICITATION NOTICE

L -- Maintenance of Government Owned Spectrum Software

Notice Date
2/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, Bldg. 475-2, Code 200 1942 Gaffney Street, Suite 100, Pearl Harbor, HI, 96860-4549
 
ZIP Code
96860-4549
 
Solicitation Number
N00604-05-T-0252
 
Response Due
2/14/2005
 
Archive Date
3/1/2005
 
Description
The Regional Contracting Department, Fleet and Industrial Supply Center (FISC), Pearl Harbor, Hawaii intends on awarding a single, firm-fixed price contract for the acquisition of the following service line items. The RFQ is N00604-05-T-0252. This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. THIS ANNOUNCEMENT CONSITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This procurement is unrestrictive.. The NAICS Code is 519190. The FSC Code is L070. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13.5, Simplified Acquisition Procedures. Quote must include a completed Representations and Certifications (FAR 52.212-3 Offeror Representations and Certifications, Commercial items and DFARS 252.212-7000 Offeror Representations and Certifications, Commercial Items). All prospective quoters are responsible for monitoring this site for the release of modifications (if any) or other information pertaining to this request for quotation. All responsible sources may submit a quotation in response to this synopsis, which shall be considered. This synopsis/solicitation is being issued as a Request for Quotation (RFQ), for a firm fixed type contract incorporating provisions and clauses in effect through Federal Acquisitions Circular 2001-26 and DFARS change notice 20050113. The Regional Contracting Department, Pearl Harbor, Hawaii intends to award a single, firm fixed price contract for: Maintenance for the following government owned software which is located at JICPAC, 352 Halawa Drive, Pearl Harbor, HI 96860-3120 for the period of 15 February 2005 thru 31 December 2005. Support to include toll free technical support hotline 24 hours a day, 7 days a week, upgrades and fixes. Item 0001, Software, Spectrum Alarm notification Manager SANM, Product Code 8A-CSI1020, License 400851,: Item 0002, Software, Spectrum Enterprise Configuration Manager, Product Code 8A-CSI1021, License 100428, 101089, 101721, and 400851, four (4) units.: Item 0003, Software, Spectrum ATM Circuit Manager, Product Code 8A-CSI1029, License 400851.: Item 0004, Software, Spectrum Branch Manager 100, Product Code SPEC-BR100-MGR, License 402178, 446909 and 446911, three (3) units.: Item 0005, Software, Spectrum Branch Manager 250, Product Code: SPEC-BR50-MGR, License 101721.: Item 0006, Software, Spectrum Branch Manager 50, Product Code, SPEC-BR50-MGR, License 100428.: Item 0007, Software, End User Developer Package, Product Code SPEC-DVKT, License 100183.: Item 0008, Software, Spectrum Enterprise Manager, Product Code, SPEC-ENT-MGR, License 101089, 101090, and 400851. Three (3) units.: Item 0008, Software, Spectrum Branch Manager 100, Product Code SPEC-BR100-MGR, License 100897, 101720 and 445455, Three (3) units.: Item 0009, Software, Spectrum Enterprise Configuration Manager, Product Code, SA-CSI1021, License 445455.: Software, ATM Circuit Manager, Product Code, SA-CSI1029, License 445455. All qualified responsible sources may submit a quotation, which shall be considered by the agency. Contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense Contract awards. Lack of registration in the CCR database will make an Offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. The following clauses are applicable by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-4 Contract Terms and Conditions, Commercial Items; FAR 52.215-5 Facsimile Proposals; DFARS 252.204-7001 Commercial and Government Entity (CAGE) Reporting; DFARS 252.204-7004 Alt A, Required Central Contractor Registration Alternate A; DFARS 252.225-7000 Buy American Act Balance of Payments Program Certificate. The following clauses are incorporated by full text; FAR 52.212-2 Evaluation ? Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. Award will be made to the low cost, technically acceptable responsible offeror. FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items; FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Executive Orders, Commercial items which includes the following clauses incorporated by reference: FAR 52.222-19 Child Labor, Cooperation with Authorities and Remedies, FAR 52.222-31 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans of the Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); FAR 52.222-36 Affirmative Action for workers with Disabilities (29 U.S.C. 4212); FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); FAR 52.225-1 Buy-American Act, Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-36 Payment by Third Party (31U.S.C.3332); FAR 52.222-41 Service Contract of 1965, as Amended (41 U.S.C.351, et seq.); FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.222-25 Affirmative Action Compliance; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, includes the following clause incorporated by reference: DFARS 252.225-7001 Buy American Act and Balance of Payment Program (41 U.S.C. 10a ? 10d, E.O. 10582). These clauses may be obtained via the internet at FAR site http://www.arnet.gov/far or DFARS site http://farsite.hill.af.mil/VFDFARA.HTM . Other applicable clauses include Local Clause L331 Review of Agency protest (FISCPH) (APR 2004). All prospective quoters interested in submitting a proposal for this solicitation shall include their name, address, telephone number and point of contact, fax number, email address and commercial and Government (CAGE) code. Quotations are due by 4:00 p.m., Hawaii Standard Time, on February 14, 2005. The quoter is encouraged to use the Standard Form 1449, Soliciation/Contract Order for Commercial Items. The form can be found at http://www.afm.ars.usda.gov/forms/ACQU/sf1449.PDF. THE COMPLETED FAR CLAUSE 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS, COMMERCIAL ITEMS; DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS, COMMERCIAL ITEMS, FAR CLAUSE 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS, AND FAR CLAUSE 52.222-25 AFFIRMATIVE ACTION COMPLIANCE MUST ACCOMPANY YOUR QUOTE. Facsimile proposals will be accepted at (808) 473-5750; it also may be mailed to Regional Contracting Department, Fleet and Industrial Supply Center, Code 203.SA, Attn: Sandra Agbayani, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI 96860-4549 or emailed to sandra.agbayani@navy.mil.
 
Place of Performance
Address: PEARL HARBOR, HAWAII
Zip Code: 96860
 
Record
SN00744644-W 20050204/050202212310 (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 |
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.