SOLICITATION NOTICE
70 -- WinEst Commercial Off The Shelf (COTS) Telephone Support and Software Maintenance, authorized resellers only.
- Notice Date
- 12/22/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541511
— Custom Computer Programming Services
- 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-06-Q-D420
- Response Due
- 12/29/2005
- Archive Date
- 2/27/2006
- Small Business Set-Aside
- N/A
- Description
- FOR A MICROSOFT WORD VERSION OF THIS SYNOPSIS/SOLICITATION GO TO https://abop.monmouth.army.mil/ 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 solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation is a Request For Quotation (RFQ), W15P7T-06-Q-D420. The small size standard is for annual sales below $23,000,000 for the North American Industry Classification System (NAICS) Code 541511. The U.S. Army intends to procure Commercial support and maintenance for 202 WinEst bundled licenses described below to support Project Manager, STAMMIS Integrated Facilities System (IFS) Fort Lee, VA. Additionally, a 100%, one (1) year option will be incl uded to support the near term needs of PM STAMMIS. These items will support Operation Iraqi Freedom (OIF) initiatives. The Government intends to procure the services described below through a sole source acquisition to WinEstimator, Inc., Kent, WA, in ac cordance with (IAW) Far Part 6.302-1. There are no known authorized resellers of the services listed below. Only quotes for the WinEstimator telephone support and software maintenance, listed below, will be accepted. Description Quantity WinEst Telephone Support and Software Maintenance for bundled licenses to include: RS Means Facilities Assemblies Cost Database 2006 RS Means Facility Maintenance & Repair Cost Database 2006 RS Means Facility Preventative Maintenance Tasks Database 2006 RS Means Facility Construction Cost Database 2006 100%, One (1) Year Option 202 Shipments are to be FOB Destination. Any shipments associated with the procurement listed in the table above and any supporting documentation are to be shipped to the following location: US Army Software Engineering Center Lee Attn: Debbie Linkous 3901 A Ave. Ste.150 Fort Lee, VA 23801-1810 Or electronically to: Deborah.b.linkous@us.army.mil Phone: 804-734-2917 Delivery shall be within 10 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: (14), (15), (16), (17), (18), (19), (20), (25), (26), (31), for Paragraph (c) the following clauses apply: (1) and (2); 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, 0252.232-70 03, 252.247-7023; FAR 52.227-01, Authorization and Consent (JULY 1995); FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement (AUG 1996); FAR 52.227-3, Patent Indemnity (APR 1984); FAR 52.227-6, Royalty Information (APR 1984); FAR 52.227-9, Refund of Royalties (APR 1984); DFAR 252.227-7027, Deferred Ordering of Technical Data or Computer Software (APR 1988) DFAR 252.227-7028, Technical Data or Computer Software Previously Delivered to the Government (JUN 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) FAR 52.247-34, F.O.B. Destination (NOV 1991) FAR 52.217-8, Option to Extend Services (NOV 1999) 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 intends to make an award to the Contractor who submits the lowest, responsive quotation, and is deemed acceptable and responsible by the Contracting Officer. The Offerors must submit quotations on the full quantity identified. The Contract ing Officer reserves the right to make no award under this procedure. These items are in support of Operation Iraqi Freedom (OIF). Therefore, offers are to be received within 7 days of the posting of this COMBINED SYNOPSIS/SOLICITATION. The US Army C-E LCMC 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 C-E LCMC 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, Dana Newcomb, Contract Specialist, 732-427-1542 or dana.newcomb@mail1.monmouth.army.mil. Enclosures (email dana.newcomb@mail.monmouth.army.mil for copy of enclosure): 1. Exhibit A, Contract Data Requirements List (CDRL), Data Item Number A001
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Zip Code: 07703-5008
- Record
- SN00957088-W 20051224/051222212428 (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 |