Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2012 FBO #3893
SOLICITATION NOTICE

70 -- M.I.C. PROSOFT Software

Notice Date
7/20/2012
 
Notice Type
Cancellation
 
NAICS
511210 — Software Publishers
 
Contracting Office
120 FW (MT ANG MSC), Montana Air National Guard, 2800 Airport Avenue B, Great Falls, MT 59404-5570
 
ZIP Code
59404-5570
 
Solicitation Number
W9124V12T9000
 
Response Due
8/20/2012
 
Archive Date
10/19/2012
 
Point of Contact
Chad Brown, 406-791-0403
 
E-Mail Address
120 FW (MT ANG MSC)
(chad.brown.1@ang.af.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 request is a hundred percent set aside for small business concerns. The NAICS code is 443120 and size standard is less than $9.0M. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective 4 Aug 2011 and Defense Acquisition Circular 20110725. Offeror shall provide a firm, fixed price for the supplies listed below. Substitutions are not permitted. Partial quotes will not be considered. The contractor shall provide the following: 0001: Qty (1) - M.I.C. PROSOFT SOFTWARE: M.I.C. PROSOFT Software is designed exclusively for the use with the Ultimate Building Machine utilizing a Windows protocol. Proprietary software for structural calculation and design development which performs detailed finite elements analysis, rapid generation or modification of design models and cost estimating capabilities. The user inputs building geometry, snow and wind factors, soil types and other structural details and receives raw material requirements, cost estimations, structural analysis reports including load combination results, suggested foundation design and other detailed design data. The results conform to the latest international building codes. This software package also includes an advance Bill of Materials cost estimating tool, 3-dimensional Virtual GeoPlot visualization tool, which allows the user to see how dimensional changes affect the look of the building instantaneously, integration to Microsoft Excel, complete engineering reporting package, and many other features which allow easier use for designing UBM buildings. In conjunction with Data Manager, it will allow the user to design a building and "burn" it into the UBM for permanent or semi-permanent storage. The operator will also have the capability to analyze important managerial data from the UBM and convey this data to the UBM technician simply via email. This complete package includes M.I.C.-PROSOFT and Data Manager. 0002: Qty (1) - M.I.C.-PROSOFT HASP KEY (optional second hasp) - Allows access to software for one additional user. 0003: Qty (1) - Freight - FOB Destination Malmstrom AFB, Montana The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil in accordance with 52.252-1 and 52.252-2. 52.212-2, Evaluation-- Commercial Items (January 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Technical Capability. If products from offerors are found to be technically equivalent, price will be the determining factor. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; The following clauses and provisions apply to this solicitation: FAR 52.204-7, Central Contractor Registration FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3, Offeror Representations and Certifications-Commercial Items 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 (Mar 2011) FAR 52.219-6, Notice of Total Small Business Set Aside FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor 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 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Execute Orders Applicable to Defense Acquisitions of Commercial Items Program DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program with Alternate I DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea Wide Area Workflow is the mandatory method of electronic invoicing. All quotes must be formatted according to the line item breakout listed on the attachment. Your quote must include discount terms, delivery date, tax identification number, cage code, and DUNS number. Each quote must include an electronic copy of any system/component warranty documents. You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Offers may be submitted by hard copy to the 120 FW Base Contracting Office, ATTN: TSgt Chad Brown, Purchasing and Contracting, 2800 Airport Avenue B, Great Falls, Montana 59404-5570, no later than 20 August 2012 by 4:00 P.M. Mountain Standard Time. Offers may be submitted electronically with the same deadline. If you have any questions, please contact TSgt Chad Brown at 406-791-2403 or email chad.brown.1@ang.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24-1/W9124V12T9000/listing.html)
 
Place of Performance
Address: 120 FW (MT ANG MSC) Montana Air National Guard, 2800 Airport Avenue B Great Falls MT
Zip Code: 59404-5570
 
Record
SN02810795-W 20120722/120720235942-d5ee836c77c44c555d3f37514547431d (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.