Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2005 FBO #1189
SOLICITATION NOTICE

69 -- LANGUAGE SOFTWARE

Notice Date
2/25/2005
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-05-T-0019
 
Response Due
3/4/2005
 
Archive Date
3/19/2005
 
Description
The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for Rosetta Stone Language Software the United States Army JFK Special Warfare School. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Part 13 as supplemented with additional information included in this notice. THIS ANNOUNCMENT CONSTITUTES THE ONLY SOLICITAION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes must reference Request for Quotation number H92239-05-T-0019. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-26. It is available at farsite.hill.af.mil. The North American Industry Classification System Code (NAICS) is 511210. Size Standard is $21M. This requirement is unrestricted. REQUIREMENT: 1. SCOPE. The Contractor shall provide 820 licensed copies of Rosetta Stone software in 8 different languages and the web-based version for implementation on the USJFKSWCS Training Network. This software is used as part of the ARSOF language program as supplemental learning material for language acquisition. The language software must be compatible with language software already in use within USAJFKSWCS, which is Rosetta Stone. 2. DELIVERABLES: A. SCHEDULE. The Government requires the following software in each language as follow: CLIN 0001 The Rosetta Stone Level I, Russian 50 each CLIN 0002 The Rosetta Stone Level II, Russian 50 each CLIN 0003 The Rosetta Stone Level I, Indonesian 30 each CLIN 0004 The Rosetta Stone Level I, Arabic 110 each CLIN 0005 The Rosetta Stone Level II, Arabic 110 each CLIN 0006 The Rosetta Stone Level I, German 70 each CLIN 0007 The Rosetta Stone Level II, German 70 each CLIN 0008 The Rosetta Stone Level I, Korean 50 each CLIN 0009 The Rosetta Stone Level I, French 50 each CLIN 0010 The Rosetta Stone Level II, French 50 each CLIN 0011 The Rosetta Stone Level I, Spanish 80 each CLIN 0012 The Rosetta Stone Level II, Spanish 80 each CLIN 0013 The Rosetta Stone Level I, Chinese 10 each CLIN 0014 The Rosetta Stone Level II, Chinese 10 each CLIN 0015 Shipping 1 each CLIN 0016 Classroom on Line CD 1 year 1 year, All languages, 1000 max Active Unique User ID's, Guided Path w/ Tracker and Customized Portal 3. PRICE: The proposed price shall include all CLINS listed above. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.204-7, Central Contract Registration and 252.204-7004 Alt A, 52.212-1, Instructions to Offers-Commercial Items: 52.212-2 Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a). Quotes shall be evaluated as technical acceptable and price of proposes items. A technically acceptable low price award will be made to the responsible offeror submitting an offer found to be most advantageous to the government. Technically acceptable is defined as meeting or exceeding the required specifications for the equipment listed at CLIN 0001- 00016. The government shall determine technically acceptable during the technical review. It is the Government?s intent to issue one award. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov. Contractors are reminded to submit a completed copy of provisions 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement. (DFARS) 252.211-7003, Item Identification and Valuation and 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 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, with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.232-33 and 52.247-64; FAR 52.204-0007, Central Contractor Registration; FAR 52.252-2 Clauses Incorporated by Reference; 52.252-6 Authorized Deviations in Clauses. Additionally, DFAR 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clauses 252.225-7001, 252.225-7024, and 252.225-7036 applicable, DFAR 252.232-7003 Electronic Funds Transfer. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Valaida J. Bradford), Building E-2929, Fort Bragg, North Carolina, 28310, not later than 1:00 p.m. ET, Friday, 4 March 2005. Electronic submissions, to include fax and email, will be accepted at (910) 432-9345 or bradforv@soc.mil. It is the offeror?s responsibility to confirm receipt. QUOTES SHALL INCLUDE: (1) letter signed by an individual authorized to bind the organization, with a schedule of the offered items, to include CLIN stating manufacturer, part number and specifications. Offerors who do not submit clear specifications will be eliminated from competition. (2) completed Representations and Certifications and (3) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the FedBizOpps, the same as the combined synopsis/solicitation. All questions shall be submitted in writing to Ms. Valaida J. Bradford, Contract Specialist, at bradforv@soc.mil.
 
Place of Performance
Address: USASOC, ONE DESERT STORM DRIVE, FT BRAGG, NC
Zip Code: 28310
Country: USA
 
Record
SN00758977-W 20050227/050225212645 (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.