Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2011 FBO #3571
SOLICITATION NOTICE

D -- CA Service Assurance Solution Implementation - Legacy Network

Notice Date
9/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-CASPECTRUM
 
Response Due
9/14/2011
 
Archive Date
11/13/2011
 
Point of Contact
Todd Kelley, 575.678.5995
 
E-Mail Address
MICC - White Sands Missile Range
(todd.g.kelley@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W9124Q-CASpectrum and is issued as a request for quotes (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 with a small business size standard of 500 employees. This requirement is Unrestricted Full and Open. The solicitation pricing will start on the date this solicitation is posted and will end on September 14, 2011 at 6:00 p.m. Eastern Time. Line Item 0001, One CA Service Assurance Solution Implementation: The CA Service Assurance Solution Implementation is designed to deploy CA Spectrum Infrastructure Manager ("CA Spectrum"). This is to implement Army Enterprise License Agreement software on the TSN Legacy network at White Sands Missile Range. (CA Spectrum Infrastructure Manager Device Based Suite and CA Spectrum Pricing IP Services Manager Special Note: The implementation service provider must be officially certified by CA for CA Technologies Spectrum IM Solution, and use the CA 9 step methodology with the highest proven success rate, for implementation. Submitted Quotes will be valid for 30 days after the solicitation closing. INSTRUCTIONS TO OFFERORS: All quotes must be emailed to todd.g.kelley@us.army.mil or delivered to Todd Kelley, Bldg 143 Crozier Street Room 206, White Sands Missile Range, NM 88002 to be received no later than September 14, 2011 at 6:00 p.m. Eastern Time. Award will be made on a LPTA basis. Quotes must be submitted by an authorized individual of the company, and dated. Email any questions to todd.g.kelley@us.army.mil. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR Provision 52.204-7 Central Contractor Registration APR 2008 FAR Provision 52.212-1, Instructions to Offerors - Commercial Items. FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Each offeror shall include a completed copy of the provisions with the quotation. The Word document is available for downloading the representation and certifications and in the entire from at http://farsite.hill.af.mil/ FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders/Commercial Items. FAR Clause 52.222-3, Convict Labor (JUNE 2003) FAR Provision 52.222-19, Child Labor Cooperation with Authorities and Remedies. FAR Clause 52.222-21, Prohibition of Segregated Facilities. FAR Clause 52.222-26, Equal Opportunity. FAR Clause 52.222-36, Affirmative Action for Workers with Disabilities. FAR Clause 52.225-3, Buy American Act-North Free Trade Agreement Supplies. FAR Clause 52.225-13, Restriction on Certain Foreign Purchases. FAR Provision 52.225-18 Place of Manufacture SEP 2006 FAR Clause 52.232-18, Availability of Funds. FAR Clause 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR Clause 52.239-1 PRIVACY OR SECURITY SAFEGUARDS (AUG 1996) FAR Provision 52.252-2, Clauses Incorporated by Reference. DFAR Clause 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) DFAR Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights JAN 2009 DFAR Clause 252.204-0001 Line Item Specific: Single Funding SEP 2009 DFAR Clause 252.204-7000 Disclosure Of Information DEC 1991 DFAR Clause 252.204-7003 Control Of Government Personnel Work Product APR 1992 DFAR Clause 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 DFAR Clause 252.212-7001CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2011 DFAR Clause 252-225-7001, Buy American Act And Balance of Payments Program. DFAR Clause 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011) NONE DFAR Clause 252.232-7003, Electronic Submission of Payment Request. DFAR Clause 252.232-7010 Levies on Contract Payments DEC 2006 DFAR Clause 252.239-7001 Information Assurance Contractor Training and Certification. DFAR Clause 252.243-7001 Pricing Of Contract Modifications DEC 1991 DFAR Clause 252.247-7023, Transportation by Sea and Air (xiii). The full text of clauses and 5152.209-4000 DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) provisions can be accessed at the following web address: http://farsite.hill.af.mil/farsite.html Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests. Point of contact for this RFQ is Todd Kelley at (575) 678-5995. Quotes can be e-mailed to todd.g.kelley@us.army.mil. No special format or form is required for your quote Question Submission: Interested Offerors shall submit any questions concerning the solicitation via email to todd.g.kelley@us.army.mil no later than September 9, 2011 at 12:00 p.m. Eastern Time 2011. Questions received after this date, but prior to close of the solicitation may not be considered. By submission of an offer, the Offeror acknowledges the requirement that a prospective awardee must be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this RFQ. Offers are due not later than September 14, 2011 at 6:00 p.m. Eastern Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c3a653045bb1fd3180711b3ecd94378b)
 
Place of Performance
Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN02561433-W 20110904/110902235350-c3a653045bb1fd3180711b3ecd94378b (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.