Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2005 FBO #1377
SOLICITATION NOTICE

70 -- Commercial Off-The-Shelf (COTS) SYSTRAN USG Premium Software

Notice Date
9/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-05-Q-D427
 
Response Due
9/12/2005
 
Archive Date
11/11/2005
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicita tion; proposals are being requested and a written solicitation will not be issued. This solicitation is a Request For Quotation (RFQ), W15P7T-05-Q-D427. The small size standard is for annual sales below $21,000,000 for the North American Industry Classification System (NAICS) Code 511210. The U.S. Army intends to procure Commercial Off-The-Shelf (COTS) software perpetual licenses for Project Manager, Counterintelligence Human Intelligence Management System (CHIMS). This requirement will support Operation Iraqi Freedom (OIF) initiatives. T he acquisition is a sole source to Systran Software, Inc., the manufacture. Description Quantity SYSTRAN USG Premium Software (perpetual license) 690 each SYSTRAN USG Premium Software (perpetual license) 56 each Shipments are to be FOB Destination. All items are to be shipped to: 690 each Project Manager, CHIMS NGMS, Attn: Cecil Dildine 2700 East Fry Boulevard, Suite A7 Sierra Vista, AZ 85636 Phone: 520-452-0956 x157 Or, Electronically to: cecil.dildine@ngc.com And 56 each Project Manager, Intelligence and Effects ATTN: Jerry Sheetz, Bldg 363 10115 Duportail Road Fort Belvoir, VA 22060-5812 Or electronically to jerry.sheetz@us.army.mil Phone: 703-704-0309 Delivery shall be within 3 days after contract award. Packaging and Packing shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.212-1, Instructions to Offerors  Commercial Items (JAN 2005); FAR 52-212-3, Offeror Representations and Certifications  Commercial Items (MAR 2005); FAR 52.212-4, Contract Terms and Conditions  Commercial Items (OCT 2003); FAR 52-212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items (JULY 2005), for Paragraph (b) the following clauses apply: (1), (14), (15), (16), (17), (18), (19), (20), (25), (31), for Paragraph (c) the f ollowing clauses apply: (1) and (4); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUNE 2005), for Paragraph (b) the following clause applies: 252.225-7001, 252.227-7015, 252.227-703 7, 252.232-7003, 252.243-7002, 252.247-7023; FAR 52.227-01, Authorization and Consent (JULY 1995); FAR 52.227-2, Notice and Assistence Regarding Patent and Copyright Infringement (AUG 1996); FAR 52.2227-3, Patent Indemnity (APR 1984); FAR 52.227-6, Royalty Information (APR 1984); FAR 52.227-9, Refund of Royalties (APR 1984); DFAR 252.227-7015, Technical Data  Commercial Items (NOV 1995); DFAR 252.227-7019, Validation of Asserted Restrictions  Computer Software (JUNE 1995); DFAR 252.227-7027, Deferred Ordering of Technical Data or Computer Software (APR 1988); DFAR 252.227-7028, Technical Data or Computer Software Previously Delivered to the Government (JUNE 1995); DFAR 252.227-7030, Technical Data  Withholding of Payment (MAR 2000); DFAR 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999); FAR 52.242-15, Stop-Work Order (AUG 1989) The following clauses are local Communication-Electronics Life Cycle Management Command (C-E LCMC) clauses and all interested parties shall request a copy from the Contract Specialist; 52.7043, Standard Practice for Commercial Packaging; 52.7047, Bar Code Marking; and the FULL TEXT OF THESE PROVISIONS AND CLAUSES, WITH NOTED EXCEPTION REGARDING LOCAL CLAUSES, MAY BE OBTAINED BY ACCESSING ANY OF THE FOLLOWING INTERNET WEBSITES: http://www.acq.osd.mil/dpap/dars/dfars/index.htm or http://www.acqnet.gov/far/ . BASIS FOR AWARD: The Government inte nds to negotiate the award with the sole source vendor. The Contracting Officer reserves the right to make no award under this procedure. These items are in support of Operation Iraqi Freedom (OIF). Response is due within 10 days of the posting of this COMBINED SYNOPSIS/SOLICITATION. The US Army CECOM has established the IBOP website as part of the Armys Single Face to Industry, to allow electronic posting of Solicitation for Request for Proposals (RFPs), Request for Quotations (RFQs), and Invitations for Bids (IFBs) from CECOM to industry. All parties interested in doing business with CECOM are invited to access, operate, send and receive information from the IBOP at http://abop.monmouth.army.mil The Point Of Contact for this action is, Bette Farber, Contract Specialist, 732-532-2328 or bette.farber@us.army.mil.
 
Record
SN00885164-W 20050903/050901212652 (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.