Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SOLICITATION NOTICE

D -- WAVE Software Maintenance

Notice Date
9/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Management Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
F2VUC09189A001
 
Archive Date
9/26/2009
 
Point of Contact
Douglas L. Pick, Phone: 8132810560408, Karen A. Fredrickson, Phone: 813-281-0560 ext 544
 
E-Mail Address
douglas.pick.ctr@socom.mil, karen.fredrickson@socom.mil
(douglas.pick.ctr@socom.mil, karen.fredrickson@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Sub Part 12.6 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number F2VUC09189A001 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 and DFARS Change Notice 20090825. The NAICS Code is 511210 and the NAICS size standard is $25M. USSOCOM intends to issue a firm fixed priced purchase order for delivery of the following: United States Special Operations Command (USSOCOM), Tactical Local Area Network (TACLAN) has a requirement for Wide Area Voice Environment (WAVE) software maintenance, upgrades and enhancements on 194 existing WAVE software licenses that are currently being used by USSOCOM. The vendor must provide a WAVE Enterprise License Agreement (ELA) as well as Annual Release Update Services (ARUS) covering warranty and upgrades to the WAVE software for 5 years. Additionally, the vendor must provide all software upgrades and security patches during this maintenance period. In accordance with Clause 52.212-2, the evaluation factors shall be lowest price technically acceptable. Award will be made to the offeror whose proposal is the Lowest Price Technically Acceptable. Alternative proposals will not be considered. The following provisions and clauses can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. The following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008); 52.212-2 Evaluations-Commercial Items (Jan 1999); 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) AS OF 1 JANUARY 2005, OFFERORS ARE REQUIRED TO COMPLETE ONLINE REPRESENTATIONS AND CERTIFICATIONS AT http://orca.bpn.gov WHICH ARE IDENTICAL TO WHAT IS REQUIRED IN FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009); FAR 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2009); 52.203-3 Gratuities (Apr 1984); 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.204-7 Central Contractor Registration (Apr 2008); 52.219-8 Utilization of Small Business Concerns (May 2004); 52.219-28 Post Award Small Business Program Representative (Jun 2007); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); 52.222-50 Combating Trafficking in Persons (Feb 2009); 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.233-3 Protest After Award (Aug 1996); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004); 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52.252-6 Authorized Deviations in Clauses (APR 1984); 252.212-7001(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2009); 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009); 252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 1991); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (Jun 2005); 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005); 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003); 252.225-7012 Preference for Certain Domestic Commodities (Dec 2008); 252.227-7015 Technical Data-Commercial Items (Nov 1995); 252.227-7037 Validation of Restrictive Markings on Technical Data (Sep 1999); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.243-7002 Requests for Equitable Adjustment (Mar 1998); 252.247-7022 Representation of Extent of Transportation by Sea (Aug 1992); 252.247-7023 Transportation of Supplies by Sea (May 2002). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://www.bpn.gov/. Confirmation of CCR registration must be obtained before award can be made. Quotes should reference solicitation number F2VUC09189A001. The POC for this acquisition is Douglas L. Pick (813) 281-0560 ext 408; E-Mail: douglas.pick.ctr@socom.mil. Oral quotes will not be accepted. Responses to this RFQ must be received via e-mail by 11 Sep 2009, 4:00 pm Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/MacDillAFBFL3/F2VUC09189A001/listing.html)
 
Place of Performance
Address: 5850 W Cypress St., Tampa, Florida, 33607, United States
Zip Code: 33607
 
Record
SN01941727-W 20090906/090905000909-90712f990548fc551bf04018de270092 (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 |
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.