SOLICITATION NOTICE
J -- SLATE Maintenance
- Notice Date
- 11/12/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541511
— Custom Computer Programming Services
- 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
- N00140-05-Q-0392
- Response Due
- 11/18/2004
- Archive Date
- 12/3/2004
- 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. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is N00140-05-Q-0392. This solicitation documents and incorporates provisions and clauses in effect through FAC 2001-25 and DFARS Change Notice 20041110. 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.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is 541511 and the Small Business Standard is $21M. The U.S. Joint Forces Command (USJFCOM), Norfolk, VA requests responses from qualified sources capable of providing maintenance of the following: CLIN 0001 ? SLATE Architect, P/N SL8-3611 (7 users); CLIN 0002 ? SLATE Activator Authoring, P/N SL8-3666 (1 user); Teamcenter Requirements, P/N TCR202 (3 users); CLIN 0004 ? SLATE Architect, P/N SL8-3611 (2 users); CLIN 0005 ? SLATE Activator Authoring, P/N SL8-3666 (1 user); CLIN 0006 ? SLATE Architect, P/N SL8-3611 (1 user); and CLIN 0007 SLATE Activator Authoring, P/N SL8-3666 (1 user). Item numbers applicable are as follows: CLINs 0001 ? 0003, #1077127; CLINs 0004-0005, #1090145; and CLINs 0006-0007, #1090146. Maintenance is required for the period 1 December 2004 through 30 November 2005. Inspection and acceptance will be done by the Government. 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: 52.222-21 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; 52.225-13 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 and 252.232-7003 Electronic Submission of Payment Requests. This announcement will close at 4:00 PM EST on 18 November 2004. Contact Ms. Regina Magee who can be reached at 215-697-9633 or e-mail regina.magee@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and a determination of responsibility. 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), FOB point, a point of contact, name and phone number, GSA contract number if applicable, and business size. 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. The Government will only make payments for support on a quarterly or monthly basis in arrears. Quoters are to indicate their preference in their response.
- Place of Performance
- Address: USJFCOM
- Record
- SN00707724-W 20041114/041112211824 (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 |