SOLICITATION NOTICE
70 -- Gensym Software
- Notice Date
- 12/1/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- N00104 NAVICP MECHANICSBURG PA NAVICP 5450 Carlisle Pike PO Box 2020 Mechanicsburg, PA
- ZIP Code
- 00000
- Solicitation Number
- N0010411QQ348
- Response Due
- 12/6/2010
- Archive Date
- 12/7/2010
- Point of Contact
- Sylvia Neidig 717-605-1548
- E-Mail Address
-
sylvia.neidig@navy.mil
(sylvia.neidig@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 the notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The Naval Inventory Control Point (NAVICP), Mechanicsburg, PA intends to award a firm fixed price commercial contract to Knowledge Automation Partners to acquire Gensym G2 and ReThink Software. The statutory authority for pursuing this action on a brand name basis is the test program for commercial items (section 4202 of the Clinger-Cohen Act of 1996), as implemented by FAR Subpart 13.5. The brand name justification is shown in Attachment A. Solicitation N00104-11-Q-Q316 is issued as a Request for Quotation (RFQ). This is an unrestricted brand name acquisition and is not set aside for small businesses. The North American Industry Classification Systems (NAICS) code for this requirement is 511210 with a size standard of $25M. Items to be procured: Software use rights and software maintenance is required for the following Gensym software: G2/ReThink, GDA, Gateway, Telewindows and supported bridges. A quantity of six licenses per product is required. Delivery is required FOB Destination 2 days after receipt of the contract. The term of software use and maintenance is one year. A firm fixed price contract will be negotiated. Award will be made to the responsible contractor who provides the lowest price quotation that conforms to the solicitation. This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circulars 2005-46 (Effective 29 Oct 2010). The following FAR and DFARS provisions and clauses as well as addenda apply to this acquisition and are incorporated by reference: -FAR 52.212-1, Instructions to Offerors - Commercial Items -FAR 52.212-3 and Alt 1, Offeror Representations and Certifications -- Commercial Items ***The Offeror Representations and Certifications, completed in accordance with the instructions in FAR 52.212-3, shall be provided with the quotation. -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- Commercial Items. Clause 52.212-5 further incorporates the following: 52.203-6 Alt 1, 52.204-10, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222.37, 52.223-18, 52.225-13, 52.232-33 and 52.239-1. -DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items ***A completed copy of the Representations and Certifications in Clause 252.212-7000 shall be provided with the quotation unless the Offeror has completed the provisions electronically as part of its annual representations and certifications at https://orca.bpn.gov. -DFARS 252.212-7001, Contract Terms & Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Clause 252.212-7001 further incorporates the following clauses/provisions: 52.203-3, 252.203-7000, 252.225-7001, 252.225-7012, 252.232-7003, 252.243-7002, 252.247-7023 and 252.247-7024. -DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country -DFARS 252.232-7010 Levies on Contract Payments NOTE: All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, modifications and other communications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. Any response to this solicitation constitutes the contractor ™s agreement to the terms detailed in this note. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by the closing date specified in this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses to this notice must be received no later than 9:00 A.M. Eastern Time on Monday, December 6, 2010 and shall be sent via email to sylvia.neidig@navy.mil. Questions should be directed to Sylvia Neidig via email or by calling 717-605-1548.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N000104/N0010411QQ348/listing.html)
- Place of Performance
- Address: Place of Delivery (Licensee):
- Zip Code: U.S. Joint Forces Command
- Zip Code: U.S. Joint Forces Command
- Record
- SN02336585-W 20101203/101201234530-2001f33da0b464516d262f6e6b51a9f6 (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 |