SOLICITATION NOTICE
70 -- MetaVR Virtual Reality Scene Generator, Version 5, Part # VRSG5US
- Notice Date
- 7/31/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Army, National Guard Bureau, 132 FW/LGC, IOWA ANG, 132 FW/LGC, Iowa ANG, 3100 McKinley Avenue, Des Moines, IA 50321-2799
- ZIP Code
- 50321-2799
- Solicitation Number
- W912LP-09-T-0101
- Response Due
- 8/11/2009
- Archive Date
- 10/10/2009
- Point of Contact
- Patrick Olson, 515-256-8464<br />
- E-Mail Address
-
132 FW/LGC
(patrick.olson@iadesm.ang.af.mil)
- 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, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued under Request for Quotation (RFQ) number W912LP-09-T0101. All proposals shall reference the RFQ number and shall be submitted by 1:00 P.M. local time on 11 August, 2009. The anticipated award date is 12 August, 2009. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-27 dated 17 Sep 2008. This acquisition is reserved for small business concerns; however, the Government is accepting quotes from small business concerns and large businesses. In the event of insufficient small business concern participation, (minimum of two) award may be made to participating large business. The North American Industry Classification system code (NAICS) 511210 size standard of 25Million. Contract line item numbers and quantities: CLIN 0001, MetaVR Virtual Reality Scene Generator Version 5 (VRSG), US Domestic Release, Part # VESG5US. (4 Each) See attached Brand Name Justification that is uploaded in FedBizOpps. The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. The Government will award a firm-fixed priced contract resulting from this solicitation, to the responsible offeror whose offer is the lowest price, technically acceptable. FAR 52.212-3, Offerors Representations and Certifications, Commercial Items (Offerors shall include a completed copy as part of their quote or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx). 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the clause are applicable to the acquisition. The following clauses are incorporated by reference: 52.219-6, Notice of Total Small Business Set-aside; 52.219-8, Utilization of Small Business Concerns; 52.222-3 Convict Labor; 52.222-19, Child Labor- Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-39, 52.222.50, Combating Trafficking of Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party; 52.222-42, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) are applicable; 52.203-3, Gratuities; 252.225-7012,Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. The following additional clauses are incorporated by reference: 52.232-18, Availability of Funds; 52.233-3, Protest after Award. The following additional clauses and provisions are added in full text: 52.233-2, Service of Protest (MSGT Patrick J. Olson, 132nd Fighter Wing, 3100 McKinley Avenue, Des Moines, Iowa 50321-2720); Sign and date your offer, then submit to Iowa Air National Guard, Attn: Contracting Office, 3100 McKinley Avenue, Des Moines, Iowa 50321-2720, at or before 1:00 P.M. local time on 11 August, 2009. For information regarding this solicitation contact MSGT Patrick J. Olson at patrick.olson@ang.af.mil or Michael D. Casper at michael.casper@ang.af.mil. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address above. All answers (on a non-attribution basis) will be posted to FedBizOpps. They will be contained in a document titled Questions and Answers. Offerors are requested to submit questions to the email address noted above not later than 1:00 P.M. local time on 08 August, 2009. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Point of Contact is MSGT Patrick J. Olson, phone 515-256-8464.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13-1/W912LP-09-T-0101/listing.html)
- Place of Performance
- Address: 132 FW/LGC Iowa ANG, 3100 McKinley Avenue Des Moines IA<br />
- Zip Code: 50321-2799<br />
- Zip Code: 50321-2799<br />
- Record
- SN01894653-W 20090802/090731235322-c65e8abd7ffef14ec9d37577e9e75ad0 (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 |