SOLICITATION NOTICE
70 -- InfoWorkSpace Licenses and Training
- Notice Date
- 5/13/2004
- Notice Type
- Solicitation Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
- ZIP Code
- 19111-5083
- Solicitation Number
- N00140-04-Q-H029
- Response Due
- 5/17/2004
- Archive Date
- 6/1/2004
- Point of Contact
- Regina Magee, Contract Negotiator, Phone 215-697-9633, Fax 215-697-5418, - James Swizewski, Contracting Officer, Phone 215-697-9630, Fax 215-697-9569,
- E-Mail Address
-
regina.m.magee@navy.mil, james.swizewski@navy.mil
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N00140-04-Q-H029. This solicitation documents and incorporates provisions and clauses in effect through FAC 2001-23 and DFARS Change Notice 20040323. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. The NAICS code is 511210 and the Small Business Standard is $21M. This is a sole source action for InfoWorkSpace licenses and installation training. The FISC Norfolk Detachment Philadelphia requests responses from qualified sources capable of providing: (CLIN 0001) Concurrent InfoWorkSpace Executive User License, Model #51040 ? 125 each; (CLIN 0002) InfoWorkSpace Server Kit, Model #51020 ? 1 each; and (CLIN 0003) InfoWorkSpace Installation, Model #50070 ? 2 each. Delivery shall be made FOB Destination to the Joint C4ISR Battle Center, 116 Lake View Parkway, Suffolk, VA. Inspection and acceptance will be done by the Government after delivery. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 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; 52.225-1 Buy American Act ? Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration; and 52.215-5 Facsimile Proposals (Paragraph (c): (215) 697-9569. Quoters shall include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.227-7015 Technical Data ? Commercial Items; 252.227-7037 Validation of Restrictive Markings on Technical Data; and 252.232-7003 Electronic Submission of Payment Requests. The Year 2000 Warranty - Commercial Items applies. This announcement will close at 4:00 PM local EST on 17 May 2004. Point of contact for this synopsis is Regina Magee who can be reached at 215-697-9633 or email regina.magee@navy.mil. A determination by the Government not to 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. See Numbered Note 1 Addenda to FAR 52.212-1is DFARS 252.204-7004 entitled "Required 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 https://www.ccr.dlis.dla.mil/ccr/scripts/index.html . All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Note: All information technology items must be Year 2000 compliant. Year 2000 compliant means information technology that accurately processes date/time data (including, but not limited to, calculating, comparing and sequencing) from, into and between the twentieth and twenty-first centuries, and the years 1999 and 2000, and leap year calculations. Furthermore, Year 2000 compliant information technology, when used in conjunction with other information technology, shall accurately process date/time data if the other information technology properly exchanges date/time data with it. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by 4:00 PM local EST on 17 May 2004 will be considered by the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
- Record
- SN00585694-W 20040515/040513212615 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |