Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2011 FBO #3589
SOLICITATION NOTICE

70 -- GibbsCAM - Package #1

Notice Date
9/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334611 — Software Reproducing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4AT841111A001
 
Archive Date
9/30/2011
 
Point of Contact
Qytravious M. Mumphery, Phone: 8502833648
 
E-Mail Address
qytravious.mumphery@tyndall.af.mil
(qytravious.mumphery@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
GibbsCam Software Maintenance This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. The announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. The solicitation reference number is F4AT841111A001. This acquisition is 100% set aside for small business competition under North American Industry Classification System (NAICS) code 511210 with a small business size standard of $25,000,000. Contract Identification Line Item (CLINs) is identified below. CLIN 0001: Qty 1 Each - GibbsCAM Lathe Library Post Processor for Haas SL20 CLIN 0002: Qty 1 Each - Upgraded GibbsCam Mill Post Processor for VF1 Haas (Haas[ha] NCz67.20) CLIN 0003: Qty 1 each - GibbsCAM Maintenance Re-enrollment on Current Software CLIN 0004: Qty 1 each - GibbsCAM Sofware Maintenance on current Software. This is a Brand Name purchase. The Brand Name justification is attached. DELIVERY: 53 TSS, Tyndall AFB, FL All quotes must reflect FOB Destination. The Government anticipates award on a best value basis. The Government intends to award a firm, fixed priced purchase order IAW FAR 13.302 to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on price. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.212-1 - Instruction to Offerors - Commercial Items FAR 52.212-3 Alt I - Offeror Representations & Certifications - Commercial Items FAR 52.212-4 - Contract Terms & Conditions - Commercial Items FAR 52.212-5 - Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders- Commercial Items Far 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-28 - Post-Award Small Business Program Rerepresentation FAR 52.222-19 - Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-26 - Equal Opportunity FAR 52.222-50 - Combat Trafficking Persons FAR 52.223-18 - Contractor Policy to Ban Text Messaging While Driving FAR 52.232.33 - Payment by Electronic Funds Transfer - Central contractor Registration FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.247-34 - F.O.B. Destination FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.laf.mil) FAR 52.252-6 - Authorized Deviations In Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7008 - Export - Controlled Items DFAR 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001 - Buy American Act and Balance of Payment Program DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.243-7001 - Pricing of Contract Modifications DFAR 252.247-7023 Alt III - Transportation of Supplies by Sea AFFAR 5352.201-9101 - Ombudsman WAWF: Local Clause Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties must include, with their quote, their CAGE code, and tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, 501 Illinois Avenue, Suite 5 Tyndall Parkway Building 647, Tyndall AFB, FL 32403 with inspection and acceptance at destination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4AT841111A001/listing.html)
 
Place of Performance
Address: 2151 Cape San Blas Road, Port St. Joe FL 32456, Port St. Joe, Florida, 32456, United States
Zip Code: 32456
 
Record
SN02584276-W 20110922/110920235543-360caa5a3cab37eba389ad4506b5f916 (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.