SOLICITATION NOTICE
70 -- Sony Vegas Pro 8 Software and Keyboard.
- Notice Date
- 1/15/2008
- Notice Type
- Solicitation Notice
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
- ZIP Code
- 84020-2000
- Solicitation Number
- W90M7M-8003-0100
- Response Due
- 1/22/2008
- Archive Date
- 3/22/2008
- Point of Contact
- Linda Duvall, 801-523-4091
- E-Mail Address
-
Email your questions to USPFO for Utah
(linda.duvall@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- OFFICE ADDRESS: USPFO for Utah, P. O. Box 2000, 12953 South Minuteman Drive, Draper, UT 84020-2000 SUBJECT: Sony Vegas Pro 8 Software and Keyboard. SOLICITATION NUMBER: W90M7M-8003-0100 QUOTE DUE DATE: 22 January 2008 POC: Linda Duval l, Contracting Officer, (801)523-4091 DESCRIPTION: This 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 announcemen t constitutes the only solicitation, quotes are hereby requested. A written solicitation will not be issued. This requirement will be 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code will be 423430, size stand ard is 100 Employees. REQUIREMENT: Six (6) Sony Vegas Pro 8 Software and Six (6) Keyboards for the Sony Vegas Pro 8 Softtware. Must quote brand specified, not accepting substitute make and model. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated and will remain in full force in any resulting contract. (Full text of clauses and provisions may be accessed electronically at http://farsite.hil.af.mil. FAR 52.204-7, Central Contractor Registratio n. FAR 52.211-6, Brand Name of Equal. FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-2, EvaluationCommercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, and other factors considered. Contractors shall include a completed copy of FAR 52.212-3 ALT1, Offerors Representations and Certifications-Commercial Ite m, or complete electronic annual representations and certifications at http://orca.bpn.gov. 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 to include: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregation Facilities; 52.222-26, Equal Opportunity; 52.22 2-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.204-7, Central Contractor Registration. FAR 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim. FAR 52.252-2, Clauses Incorporated by Reference. <BR >DFARS 252.204-7004, Required Central Contract Registration (52.204-7) Alternate A. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DF ARS 252.225-7001, Buy American Act and Balance of Payments Program. DFARS 252.232-7003, Electronic Submission of Payment. EVALUATION FACTORS: The contract type for this procurement will be Firm-Fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors in order of importance: (1) past performance, caliber of offerors performance on previous contracts of a similar nature; and ( 2) total cost and/or price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the offeror does not become registered in the CCR database by the due date/time of quote, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Offerors may obtain information on registration at www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Quotes are due NLT 10:00 a.m. MST on 22 January 2008. Quotes may be mailed to: USPFO for Utah, Attention Linda Duvall, 12953 South Minuteman Drive, P.O. Box 2000, Draper, UT 84020-2000 or e-mailed to Linda.duvall@us.army.mil; facsimiles will not be accepted. All quotes must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of conta ct, phone number, fax number, and e-mail address (if available). Quote must include: 1) Representations and Certifications or verify registered in Online Representations and Certifications Application (ORCA); 2) cost/price to include any shipping and handling to 84020; 3) at least three references (companies who youve provided similar items too); and 4) estimated delivery date on all items listed under requirements. Quote may be considered non-responsive if you fail to include all information.< BR> Questions may be e-mailed to the address above; no telephone calls will be accepted.
- Place of Performance
- Address: USPFO for Utah P.O. Box 2000, Draper UT
- Zip Code: 84020-2000
- Country: US
- Zip Code: 84020-2000
- Record
- SN01485854-W 20080117/080115224318 (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 |