Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2012 FBO #3886
SOLICITATION NOTICE

99 -- Combined Synopsis/Solicitation W91QUZ-12-T-0035

Notice Date
7/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
 
ZIP Code
22331-1700
 
Solicitation Number
W91QUZ-12-T-0035
 
Response Due
7/27/2012
 
Archive Date
9/25/2012
 
Point of Contact
Courtney Knight, 7034281094
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(courtney.knight@us.army.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 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 W91QUZ-12-T-0035 and is issued as a Request for Quotation (RFQ). Under this requirement, the Army Contracting Command--National Contract Region (ACC-NCR) intends to award a commercial, firm fixed price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. The applicable North American Industry Classification Standard (NAICS) code is 511210. The small business size standard is $25M. This acquisition is set aside 100% Small Business. ACC-NCR intends to purchase: Part Number: ADP-CAL-250- VA-RENEW Item Description: Application Security Corporate Auditor Vulnerability Assessment - RENEW 250 license Pack. Used by a single internal auditor. Description Quantity: 1 each. These items will be used by Army Analytics Group (AAG) to perform data center operations. The Government intends to award a Firm Fixed Price contract resulting from this combined synopsis/solicitation. Delivery and installation shall be NLT 21 August 2012 Delivery, Inspection, Acceptance and FOB Point is James Lucius at 5253 Business Center Drive, Suite A, Fairfield, CA 94534-1795. Packaging shall be IAW standard commercial practices to ensure safe delivery to destination point. Period of performance will be: Base year - 21 August 2012 - 20 August 2013, Option (1) - 21 August 2013 - 20 August 2014 Option (2) - 21 August 2014 - 20 August 2015 The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The following factors shall be used to evaluate offers: Award will be made on the basis of the lowest price technically acceptable and meeting the exact product described above. Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt 1 Offeror Representations and Certifications Commercial Items, Alternate I with their offer. Also in accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. The following clauses cited within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (26) 52.222-3, Convict Labor (June 2003)(E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). (39) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). (42) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008). (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2012) -- DFARS 252.212-7001 In paragraph (a) the following clauses apply: 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207) In paragraph (b) the following clauses apply: (1) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009). Other FAR/DFARS provisions/clauses are incorporated by reference and include DFARS 212.212-7000, Offeror Representations and Certifications-Commercial Items and DFARS 212.212.7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far. Interested firms may identify their interest and capability to respond to the requirement and submit a proposal. All responsible sources that submit an offer will be considered. Proposals are due at 12:00pm ET on July 27, 2012 sent via email to Courtney Knight at Courtney.i.knight.civ@mail.mil. The name and telephone number of the individual to contact for information regarding this solicitation is: Courtney Knight at 703-428-1094. Place of Performance: Army Analytics Group (AAG) 5253 Business Center Drive Suite A Fairfield, CA 94534-1795
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c8dec2999bc662f161bf63b9310b8871)
 
Place of Performance
Address: Army Contracting Command - National Capital Region 200 Stovall Street, 11TH Floor Alexandria VA
Zip Code: 22331-1700
 
Record
SN02803536-W 20120715/120714000421-c8dec2999bc662f161bf63b9310b8871 (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.