SOLICITATION NOTICE
70 -- DBSign Server License - J&A
- Notice Date
- 1/29/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- F5BFSC9348AC01
- Archive Date
- 2/26/2010
- Point of Contact
- Mark W Dillinger, Phone: (478) 327-1611
- E-Mail Address
-
mark.dillinger.1@us.af.mil
(mark.dillinger.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Final Signed J&A This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 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 being issued as a request for proposal (RFP). This acquisition is a Sole Source requirement to Gradkell Systems Inc in accordance with the attached Justification and Approval (J&A). The applicable NAICS code is 511210. Air Force Acquisition Circular (AFAC) 2009-0803 applies. The resulting contract will be awarded on an all or none basis to a single contractor. The contractor's proposal must include all items listed in this synopsis/solicitation. Line Item Number Description: BASIC CLIN 0001: Quantity: 1; Unit of Issue: LS; Description: Enterprise Wide HTML version 4.0 of DBsign Server License Data Security Suite with DBsign Universal Web Signer (UWS) version 1.0 for US Air Force implementation of Air Force Reserve Order Writing System (AROW-S) ref: (DBS-DBS-001-HTML v4.0 and DBS-UWS-001) CLIN 0002: Quantity: 1; Unit of Issue: LS; Description: Standard Annual Maintenance (DBS-AM-HTML) OPTION 1 CLIN 1001: Quantity: 1; Unit of Issue: LS; Description: Standard Annual Maintenance (DBS-AM-HTML) OPTION 2 CLIN 2001: Quantity: 1; Unit of Issue: LS; Description: Standard Annual Maintenance (DBS-AM-HTML) OPTION 3 CLIN 3001: Quantity: 1; Unit of Issue: LS; Description: Standard Annual Maintenance (DBS-AM-HTML) OPTION 4 CLIN 4001: Quantity: 1; Unit of Issue: LS; Description: Standard Annual Maintenance (DBS-AM-HTML) NOTE: Options are for one year of annual maintenance to be exercised in one year increments. Date of Delivery: Please provide the earliest available delivery date without extra fees to expedite delivery. FOB Destination. Place of Delivery: HQ AFRC/A6XR Lucille Green 155 Richard Ray Blvd Robins AFB, GA 31098-1815 The following Clauses/Provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors (Sep 2006) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) (a) 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. The following factors shall be used to evaluate offers: Price Only. Offerors are requested to include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications - Commercial Items (Nov 2006), with their offer. FAR 52.203-3, Gratuities (Apr 1984) FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate 1 (Oct 1995) FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Of Executive Order - Commercial Items FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.232-18, Availability of Funds FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003) FAR 52.219-8, Utilization of Small Business Concerns (May 2004) FAR 52.219-28, Post award Small Business Program Representation (Apr 2009) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child Labor - Cooperation with Authorities and remedies (Feb 2008) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26, Equal Opportunity (Mar 2007) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) FAR 52.225-1 Buy American Act - Supplies (Feb 2009) FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) DFAR 252.203.171-4 Requirements Relating to Compensation of Former DoD Officials (Jan 2009) DFAR 252.212-7000 Offeror Representation and Certifications - Commercial Items (Jun 2005) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Of Executive Order - Commercial Items (Jul 2009) DFAR 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009) DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) DFAR 252.225-7012, Preference for Certain Domestic Commodities (Dec 2008)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F5BFSC9348AC01/listing.html)
- Place of Performance
- Address: 155 Richard Ray Blvd, Robins AFB, Georgia, 31098, United States
- Zip Code: 31098
- Record
- SN02053131-W 20100131/100129235330-6e90b747a973c2e1e6c523fc0ed992ad (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 |