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 -- Image Master Solo IV Products, Hardware, Software, Maintenance and support for the DOD IG for the period of performance 28 September 2011 through 27 September 2012

Notice Date
9/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
 
ZIP Code
22331-1700
 
Solicitation Number
W91WAW-11-P-7000
 
Response Due
9/12/2011
 
Archive Date
11/11/2011
 
Point of Contact
Maureen Coughlin, 609-562-5015
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(maureen.e.coughlin.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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. This is a combined synopsis/solicitation for commercial services in accordance with the format in the Federal Acquisition Regulation (FAR) 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. The Purchase Request Number HF1026-1208-0004 is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 05-50. This procurement is being issued as a Total Small Business Set Aside. The associated North American Industrial Classification Standard (NAICS) Code is 541511, size standard is $25,000,000 "Custom Computer Programming Services". The Army Contracting Command (ACC) National Capital Region (NCR) intends to award a Firm Fixed Price Purchase Order to procure Image Master Solo IV Products, Hardware, Software, Maintenance and support for the DOD IG for the period of performance 28 September 2011 through 27 September 2012 in accordance with the attached Performance Work Statement (PWS), dated 31 August 2011, Responses to this RFQ must be signed, dated, and received via electronic mail to the ACC-NCRCC Contract Specialist, Maureen E. Coughlin, Maureen.e.coughlin.civ@mail.mil. Quotes are due no later than 2:00 PM EST (Eastern Standard Time) on 07 September 2011. Quotes must be valid for a minimum of 30 days. Responses should be marked with purchase request (PR) number: HF1026-1208-0004; these and all other correspondence may be directed to the above POC. Additional POC contact information is as follows: POSTAL ADDRESS: ACC-NCRCC, 5418 South Scott Plaza, Fort Dix, NJ 08640 PHONE: (609)562-5015 Contractor must submit a proposal in accordance with the following contract line (CLIN) with quantity, price per unit and the extension price. CLIN 0001: 49 EACH @ $__________ $___________ The contractor shall provide 49 Image Master Solo-IV extended hardware/software maintenance and support warranties for the existing 49 OIG-owned devices, serial number specifications listed in PWS paragraph 1.4.1. FOB: Destination Unite Price must include CONUS shipping. CLIN 0002: 49 EACH @ $__________ $___________ The contractor shall provide 49 Image Master Solo-IV Expansion Box upgrades for 49 existing OIG-owned devices. The upgrade process consists of returning the existing OIG-owned Solo-IVs to the contract award vendor, at OIG cost, for the vendor to physically retrofit the existing Solo-IV chassis to accommodate the Expansion Box, supply one Expansion box per retrofitted Solo-IV, and ship, at vendor cost, the OIG-owned Solo-IV and Expansion box to the place of origination within 15 business days from vendor receipt of the OIG-owned Solo-IV sent for retrofit. Serial number specifications listed in PWS Paragraph 1.4.1. FOB: Destination Unit Price must include CONUS shipping. Delivery will be to the following address: DODIG/INV/Rm 986 400 Army Navy Dr Arlington VA 22202 PoC: John Auman Telephone: 703-699.9939 E-mail: John.Auman@dodig.mil All extended hardware/software maintenance and support warranties must be delivered within 30 days of contract award. Inspection/Acceptance: Supplies/services will be Inspected/Accepted by the Government at FOB Destination. Packaging will be IAW best commercial practices. Place of Performance: Contractor's facility to remotely support Department of Defense, Office of the Inspector General (DODIG) ATTN: Ranarda Mathis, 400 Army Navy Drive, 4th Floor, Arlington, VA 22202.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a98f2ec86f80b17c510a272fb9549a2e)
 
Place of Performance
Address: Contracting Center of Excellence (NCR-CC) 200 Stovall Street, 11TH Floor Alexandria VA
Zip Code: 22331-1700
 
Record
SN02562277-W 20110904/110903000217-a98f2ec86f80b17c510a272fb9549a2e (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.