SOLICITATION NOTICE
70 -- Analysis Software
- Notice Date
- 3/5/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of the Army, Army Contracting Agency, South Region, ACA, Yuma Proving Ground, ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- W81R8T90080600
- Response Due
- 3/19/2009
- Archive Date
- 5/18/2009
- Point of Contact
- mendoza1, 928-328-6922<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR 13.5 Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotations (RFQ) are being requested and a written solicitation will not be issued. This requirement is being issued under the Simplified Acquisition Procedures as a requirements contract per FAR 13.5 Simplified Acquisition Procedures as a Brand Name or Equal per FAR 52.211-6. It is strongly advised that you review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with your quote if you are submitting an equal to offer. Anticipated contract delivery date will be 30 days after award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (Fac) 2005-30 effective 17 February 2009 and Defense Federal Acquisition Regulation Supplement (DFARs), current to DCN 20090115 Edition. It is anticipated that payment will be made by Government Visa Credit Card. This solicitation is issued as a 100% small business set aside. The North American Industry Classification System (NAICS) is 423430 with a size standard of 500 employees. All prospective bidders must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The proposal shall consist of one Contract Line Item Number CLINs, (CLIN) 0001, Quantity: 1, Unit of Issue: Each, Description as follows: Brand Name: MDL# TEHST3DA TrackEye High Speed Tracker 3D Analysis. System includes: * TrackEye 2D * TrackEye 3D * TrackEye Calibration * TrackEye Image Processing * 3 day on-site seminar for Set-up / Image Capture / Image Analysis The Combined Synopsis/Solicitation (CSS), Specifications, and any other documentation are located at the U.S Army Contracting Agency Yuma web site at: http://www.yuma.army.mil/site_contracting.asp. The awarded contract will be a fixed-priced requirements contract. Vendors shall submit technical specifications of software. If no specifications are submitted, offeror will be considered technically unacceptable and will not be considered for award. The Government anticipates award on a best value basis. The Government reserves the right to award to other than the lowest offerer. Per FAR 52.212-2, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement, past performance and price. Technical and past performance are significantly more important than price. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement; 2. Past performance; 3. Price (see FAR 15.304); Evaluation factors when combined, will be significantly more important than cost or price. All quotations should include all necessary costs required to execute the minimum specifications. Delivery, acceptance and Fob point is the U.S. Army Yuma Proving Ground in Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. All offers shall include any applicable freight charges. This solicitation is being issued as a Request for Quotation (RFQ). Offers shall be clearly marked with RFQ referencing number # W81R8T90080600 and emailed to the Point of Contact Listed below or sent by facsimile to 928-328-6849 no later than then 19 March 2009 at 11:00 a.m. Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to the Point of Contact listed below no later than the 12 March 2009 9:00 a.m. Mountain Standard Time (MST). Offerors shall include in their proposal, past performance information on at least three other contracts in which they provided the same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, 3) Point of Contact (Name) with Phone Number and Email Address and 4) Brief Synopsis of project to include price. Offers that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (June 2008). 52.212-2 Evaluation Commercial Items (Jan 1999), 52.212-3 Offeror Representations and Certifications Commercial Item (Feb 2009) with Alternate I (Apr 2002). Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill/af.mil/Vffar1.htm locate the referenced provision, copy and paste it to a Word Document and complete. An offerer shall complete only paragraph (b)(1)(2) of FAR 52.212-3 if the offerer has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) website at https://orca.bpn.gov/. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2008) and FAR 52.247-34 FOB Destination (Nov 1991), FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Executive Order Commercial Items (Feb 2009) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.219-6 Notice of Total Small Business Set-Aside (June 2003), 52.219-28 Post Award Small Business Program Representations (June 2007), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Feb 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.232-36 Payment by Third Party (May 1999). 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executives Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009), specifically DFAR provision 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009), 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009), 252.232-7003 Electronic Submission Payment Requests (Mar 2008), DFARS provision 252.247-7023 Transportation of Supplies by Sea (May 2002) with Alternate III (May 2002). DFARS Clause 252.225-7036 Buy American ActFree Trade AgreementsBalance of Payments Program (Jan 2009) with Alternate I (Oct 2006), DFARS Clauses 252.211-7003 Item Identification and Valuation (Aug 2008). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the Point of Contact listed below, via email, or by facsimile (928) 328-6849 for notification of amendments.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2d8ce0f1723e35daaa3c0d0944966a8a&tab=core&_cview=1)
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ<br />
- Zip Code: 85365-9106<br />
- Zip Code: 85365-9106<br />
- Record
- SN01762761-W 20090307/090305220606-2d8ce0f1723e35daaa3c0d0944966a8a (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 |