SPECIAL NOTICE
D -- AP09 maintenance renewal and updates - Package #1
- Notice Date
- 6/7/2012
- Notice Type
- Special Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Office of Naval Intelligence, 4251 Suitland Road, Washington, District of Columbia, 20395-5720, United States
- ZIP Code
- 20395-5720
- Solicitation Number
- N0001512RC11154
- Archive Date
- 6/29/2012
- Point of Contact
- Linda F. Stowe, Phone: 3016694645
- E-Mail Address
-
lstowe@nmic.navy.mil
(lstowe@nmic.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- J&A This is a letter of intent. The Office of Naval Intelligence intends to negotiate a sole source procurement with Aeroprediction, Inc under RFQ N0001512RC11154. The place of performance is the 4251 Suitland Road, Suitland, Washington, DC. The proposed period of performance is a base and three one-year options for the purchase of maintenance renewal and updates of the AP09 software license. The NAICS Code is 511210. Requirement: RFQ for Aeroprediction AP09 software maintenance and updates Offers shall be received not later than 14 June 2012 at 3:00 EST. Offers received after 14 June 2012 at 3:00PM, EST will not be considered for award. Interested persons may submit interest and capability to respond to the requirement or submit quotations. This notice of intent is not a request for competitive proposals. However, all quotations received by 14 June 2012 at 3:00 EST will be considered by the Government. Information received will normally be considered for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed contract based upon the responses to this notice is solely within the discretion of the government. The Government will not pay for any information received. For information contact: Linda Stowe at lstowe@nmic.navy.mil. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The following option clauses are applicable to this solicitation FAR 52.217-5; FAR 52.217-8; and FAR 52.217-9. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Attachment: Justification and Approval
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cc95c8fb5bea467d8027200c85848aa2)
- Record
- SN02769914-W 20120609/120608000429-cc95c8fb5bea467d8027200c85848aa2 (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 |