SOLICITATION NOTICE
70 -- ICS SIGNPRO PLUS VIEWER
- Notice Date
- 8/2/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- ACC-RSA-LEAD - (SPS), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
- ZIP Code
- 17201-4152
- Solicitation Number
- W25G1Q215901IZ
- Response Due
- 8/9/2012
- Archive Date
- 10/8/2012
- Point of Contact
- James Artis, 7172678919
- E-Mail Address
-
ACC-RSA-LEAD - (SPS)
(james.p.artis.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 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; quotes are being requested and a written solicitation will not be issued. This is a Small Business Set-Aside, a brand name procurement for ICS SignPro Plus Viewer Software for Letterkenny Army Depot Contracting Office, Chambersburg PA 17201. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210. The Standard Industrial Classification (SIC) is 7372. The Size Standard is 25 million. All responsible Contractors shall provide a quotation for the following: ITEM 0001 ICS SignPro Plus Viewer Software, quantity of (32), Manufactured by ICS Technology Incorporated, part number 7-200-0105. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. Wide Area Work Flow is the preferred method of payment. The WAWF Instructions are included in local clause L 19, below. Potential contractors must be registred in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is www.ccr.gov. Quotations are due August 09, 2012 at 2:30 PM Easterm Standard Time. The quotation will be evaluated on price only. Questions must be submit before July 16, 2012 to ensure they are considered. Submit quotation via email to michelle.l.fike.civ@mail.mil or fax to (717) 267-5325 (Attn: Michelle Fike). The following provision will be included in the established agreement: Offerors must complete FAR 52.212-3 Alt I Offerors Representation and Certifications Commercial items or complete on-line at http://orca.bpn.gov. 52.204-7 Central Contractor Registration (APR 2008); 52.212-1 Instructions to Offerors -- Commercial Items (JUN 2008); 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010); 52.212-5 (Dev) Contract terms and Conditions required to implement statutes or executive orders-Commercial Items (MAR 2011); 52.219-1 Small Business Representations (APR 2011); 52.219-28 Post-Award Small Business Program Representations, 52.222-3 Convict Labor (June 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126); 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-22 Previous Contracts And Compliance Reports (FEB 1999); 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246); 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-50 Combating Trafficking in Persons (FEB 2009); 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010); 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-34, F.o.b. Destination; 252.204-7003, Control Of Government Personnel Work Product; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payment; 252.243-7001, Price Of Contract Modifications; 252.247-7023, Transportation of Supply by Sea 52.252-1, Solicitation Provision Incorporated by Reference 52.252-2, Clause Incorporated By Reference (FEB 1998) 52.252-5, Authorized Deviation In Provisions (APR 1984) 52.252-6, Authorized Deviation In Clause (APR 1984) L2. AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO), or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in Federal Acquisition Regulation 33.103. Send protests (other than protests to the contracting officer) to: Protest to HQ, AMC shall be filed at: HQ, Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 FAX # (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: www.amc.army.mil/amc/command_counsel/protestlink.htm If internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. L-19 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (May 2010) All requests for payment shall be submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF). Payment requests include receiving reports, invoice and vouchers. Hardcopy submission of receiving reports and invoices will no longer be accepted. The contractor shall ensure an Electronic Business point of contact is designated in the Central Contractor Registration at http://www.ccr.gov and register to use WAWF-RA at https://wawf.eb.mil. Vendor training is available at http://www.wawftraining.com. Additional support can be obtained by calling the Army WAWF at 1-877-232-9293. Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) at 1-800-756-4571 Option 2, Option 5. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. Types of WAWF Documents: __X___ a. Supplies - The contractor is encouraged to use the Combination Invoice and Receiving Report (COMBO) for submitting invoices for supplies. This eliminates the need to separately process a receiving report and invoice. _____ b. Services (Firm Fixed Price) - Select "2in1" for firm fixed price services. _____ c. Services (Cost Type) - Select Cost Voucher _____ d. Commercial Item Financing _____ e. Construction Invoice _____ f. Invoice _____ g. Performance Based Payment _____ h. Progress Payment The following codes will be required to route your receiving reports, invoices and vouchers correctly through WAWF: Contract #: Delivery Order Number: CAGE Code: Issue by DoDAAC: Admin Doodad: Acceptor Doodad: Ship to Doodad: (if different than Acceptor) Payment Office Fiscal Station Code: Receiving Office POC: Contracting Officer: Service Approver: (Used for Cost Vouchers Only) DCAA Office Doodad: (Used for Cost Vouchers Only) Send Additional Email Notifications. After submitting a document in WAWF, the contractor will be prompted to send additional e-mail notifications. Additional e-mails are to be sent to the following: (Specific Contract Specialist e-mail address): michelle.l.fike.civ@mail.mil (End of Clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/13053152ee80ba84918a220c89628308)
- Place of Performance
- Address: ACC-RSA-LEAD - (SPS) ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2 Chambersburg PA
- Zip Code: 17201-4152
- Zip Code: 17201-4152
- Record
- SN02824753-W 20120804/120803000403-13053152ee80ba84918a220c89628308 (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 |