Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2004 FBO #0936
SOLICITATION NOTICE

70 -- COTS Software to enable an In-House, Rapid Response Terrain Database Generation Capability

Notice Date
6/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-04-R-0025
 
Response Due
6/28/2004
 
Archive Date
8/27/2004
 
Point of Contact
Linda Renteria, 928-328-6355
 
E-Mail Address
Email your questions to ACA, Yuma Proving Ground - DABK41
(linda.renteria@yuma.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation (CSS) for commercial item prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12-Acquisition of Commercial Items and FAR 13-Simplified Procedures, as supplemented with additiona l information included in this notice. This CSS is being issued as a Band Name or Equal in accordance with FAR provision 52.211-6 Brand Name or Equal (Aug 1999). This announcement constitutes the ONLY solicitation and a written solicitation will not be i ssued. This requirement is being issued as a 100% Small Business Set-Aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-22 and 23 (05 May 2004) and Defense Federal Acquisition Regulation Supplement (DFARs) current to DCN 20040608 edition. It is anticipated that payment will be by Government Visa Credit Payment Card. The Standard Industrial Classification Code (SIC) is 3825 and the North American Industry Classifica tion System (NAICS) is 334513 with a size standard of 500 employees. This requirement shall consist of one (1) Contract Line item Number (CLIN) 0001, Quantity-One (1) Each, Description-COTS software to enable and In-House, Rapid Response Terrain Database Generation Capability. The Statement of Work (SOW) for this CSS will be presented as a separate attachment and will be located on the following web site: http://www.yuma.army.mil/contracting/RFP. All proposals shall be clearly marked with this Solicitati on number W9124R-04-R-0025 and e-mailed to linda.renteria@yuma.army.mil or Fax 928-328-6849 no later than Close of Business Mountain Standard Time (MST) 4:30 P.M., 28 June 2004. Offerors that fail to furnish required representation of information as requi red by 52.212-1, 52.212-3, and 252.212-7001 cited below, or reject the terms and conditions of this CSS may be excluded from consideration. The Government will award a contract resulting from this CSS to the responsible Offeror whose proposal conforming t o this CSS will be most advantageous to the Government, price and other factors considered. The following FAR Clause and provision are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instruction to Offerors Commercial Item s (Oct 2003). FAR Provision 52.212-3 Offeror Representations and Certifications Commercial Items (Jun 2003) and DFARs 252.212-7000, Offerors Representation and Certifications Commercial Items (Nov 1995) apply to this acquisition. Note: In order to compl ete the Representation and Certifications and review the clauses in this solicitation you must go to the Air Force Web site http://farsite.hill.af.mil/VFFAR1.HTM, locate the referenced clause, copy and paste into a Word document and complete. FAR 52.212-4 Contract Terms and Condition Commercial Items (Oct 2003) apply to this acquisition, specifically addendum 52.247-34 F.O.B. Destination (Nov 1999). FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Comme rcial Items (Mar 2004) apply to this acquisition. 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Apr 20 02); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Vet erans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.232-33 Payment by Electronic Fund Transfer other than Central Contractor Registration (Oct 2003); 52.232-36 Payment by Third Party (May 1999); DFARs Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2004) applies to this acqui sition. 525.225-7001 Buy American Act and Balance of Payments Program (Apr 2003); 252.225-7012 Preference for Certain Domestic Commodities (Feb 2003); 252.232-7003 Electronic Submission of Payment Requests (Dec 2003); 252.243-7002 Requests for Equitable A djustment (Mar 1998); 252.247-7023 Transportation of Supplies by Sea (May 2002). After reviewing the solicitation if you plan on participating in this acquisition you are required to provide your name, address, phone number, and e-mail address via e-mail or facsimile to the address provided herein for notification of amendments.
 
Place of Performance
Address: ACA, Yuma Proving Ground - W9124R ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00605458-W 20040619/040617212214 (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 |
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.