SOLICITATION NOTICE
70 -- CoBRA Software/Tech Support - Brand Name
- Notice Date
- 8/24/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Air Force, Air Education and Training Command, HQ AFCESA, 139 Barnes Dr, Suite 1, Building 856 Annex, Tyndall AFB, Florida, 32403-5319
- ZIP Code
- 32403-5319
- Solicitation Number
- F4ATA71168A001
- Archive Date
- 9/13/2011
- Point of Contact
- Sidney L. Crawford, Phone: 8502836323
- E-Mail Address
-
sidney.crawford@tyndall.af.mil
(sidney.crawford@tyndall.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Brand Name This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. This solicitation, F4ATA71168A001, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. The NAICS code is 511210 and the small business size standard is $25 million dollars. The following is requested in this solicitation; Annual software support and includes all version software upgrades, data add-on packages, unlimited phone and email, and technical support for the legacy CoBRA product(FOUO military version). These capabilities are used by installation responders and leadership to manage hazardous materials and weapons of mass destruction incidents specifically but may be used for all emergency responses. This is a brand name requirement, proposals must be IAW FAR 52.211-6, see attached document. Items should be shipped 20 Days ADC, FOB: Destination for delivery to HQ AFCESA, Tyndall AFB, FL 32403. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror representing the best value for the Government. The provision at FAR 52.204-7 Central Contractor Registration; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at 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. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.219-6 Notice of Total Small Business Set Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-41 SCA of 1965; FAR 52.222-50, Combating Trafficking in Persons; The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-33; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2; FAR 52.247-34; FAR 52.252-1; FAR 52.252-2; F.O.B. Destination. The clause at DFARS 252.203-7000; DFARS 252.203-7002; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.225-7000; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7002; DFARS 252.232-7003. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to TSgt Sidney Crawford at: Fax 850-283-6047; e-mail sidney.crawford@tyndall.af.mil. Quotes are required to be received no later than 11:00 AM CST, Monday, August 29, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/HQAFCESACEKC/F4ATA71168A001/listing.html)
- Place of Performance
- Address: 139 Barnes Dr., Suite 1, Tyndall AFB, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN02548505-W 20110826/110825000944-b26b2230d744ff43fd39f20635ca0f61 (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 |