SOLICITATION NOTICE
D -- JPAC Public Website Redesign Initiative - JPAC - Public Website Redesign Initiative
- Notice Date
- 8/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Pacific, 477 ESSEX SREET, BLDG 77, SUITE 180, Pearl Harbor, Hawaii, 96860-5815, United States
- ZIP Code
- 96860-5815
- Solicitation Number
- HC019-12-R-1001
- Archive Date
- 9/19/2012
- Point of Contact
- Henry Natividad, Phone: 8084720302
- E-Mail Address
-
Henry.Natividad@disa.mil
(Henry.Natividad@disa.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Joint POW/MIA Accounting Command (JPAC) Public Website Redesign Initiative. Develop, redesign a new JPAC website that delivers a regulatroy compliant, social media-centric and intuitive experience within a robust content management web environment. The Defense Information Technology Contracting Office, Pacific (DITCO-PAC) requests responses from qualified sources capable of providing: Design, Implementation, and Installation of a Joint POW/MIA Accounting Command (JPAC) Public Website as described in the attached Performance Work Statement (SOW). The resultant contract will be Firm Fixed Price. Delivery is 160 Days After Reciept of Order (ARO); Delivery Location is POW/MIA Accounting Command (JPAC/J6), Joint Base Pearl Harbor Hickam (JBPPH), 310 Worchester Road, Bldg 45 Honolulu, Hawaii, 96853. Destination, Delivery POC as follows: JPAC/J6, ATTN: Kirk Triplett, Telephone # (808)448-1921. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR and DFARS provision and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration; 52.204-9001 Contract/Order Closeout - Fixed Price, Time-and-Materials, or Labor-Hours. 52.212-1 Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including the applicable clauses of 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration, 52.239-1 Privacy or Security Safeguards 52.215-5 Facsimile Proposals; 52.216-1 Type of Contract; 52.216-2 Economic Price Adjustment - Standard Supplies; 52.228-5 Insurance - Work on a Government Installation; 52.229-3 Federal, State and Local Taxes; 52.232-18 Availability of Funds; 52.233-1 Disputes; 52.233-2 Service of Protest; 52.233-3 Protest After Award; 52.247-34 F.O.B. Destination; 52.252-1 Solicitation Provisions Incorporated By Reference; 52.252-2 Clauses Incorporated By Reference; 252.204-7004 Alt A Central Contractor Registration; 252.212-7000 Offeror Representations and Certifications - Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including the applicable clauses of 52.203-3 Gratuities, 252.225-7001 Buy American Act and Balance of Payment Program, 252.243-7002 Requests for Equitable Adjustment, and 252.247-7023; 252.223-7001 Hazard Warning Labels; 252.225-7000 Buy American Act-Balance of Payments Program Certificate; 252-225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated in the order. Additional contract terms and conditions applicable to this procurement are: 52.232-9000 Wide Area Workflow (WAWF) 52.204-9000 Points of Contact This announcement will close at 10:00 AM, Hawaii Standard Time on 4 September, 2012. Quotes will be evaluated on the basis of low cost technically acceptable. Responses shall clearly indicate the capability of the quoter to meet all specifiations and requirements, including schedule of installation and product availabilty. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), a point of contact, name and phone numbers. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ******* ATTACHMENT: Performance Work Statement (SOW), Dated 27 May 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTP/HC019-12-R-1001/listing.html)
- Place of Performance
- Address: 310 Worchester Road, Bldg 45, (J6), Joint base Pearl Hrbor Hickam (JBPHH, Honolulu, Hawaii, 96853, United States
- Zip Code: 96853
- Zip Code: 96853
- Record
- SN02846215-W 20120822/120820235044-4ab7cddcda047e673f4d6e1a84dd1e67 (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 |