SOLICITATION NOTICE
D -- SourcePro Software Maintenance Support
- Notice Date
- 3/24/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T-06-Q-D438
- Response Due
- 4/3/2006
- Archive Date
- 6/2/2006
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This acquisition will be procured under the aut hority of FAR 6.302-1(c) and 10 U.S.C. 2304(c)(1), Sole Source. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is a Request For Quotation (RFQ), W15P7T-0 6-Q-D438. The small size standard is for annual sales below $23,000,000 for the North American Industry Classification System (NAICS) Code 541511. The U.S. Army intends to procure Commercial Off-The-Shelf (COTS) software maintenance in support of Project Manager, Tactical Radio Control System (PM TRCS). This is a sole source acquisition for SourcePro Basic Software Support. Offerors shall submit it emized prices along with One (1) legible copy of the appropriate software license, maintenance agreement, and Offeror Representations and Certifications Commercial Items pursuant to FAR 52-212-3, (MAR 2005). Shipments are to be FOB Destination. All items are to be shipped to: CECOM SEC ATTN: AMSEL-CD-ISD, Neel Patel (ISYSCON) Bldg 1210 Rittko Ave, Ft. Monmouth, NJ 07703 Delivery shall be within 5 days after contract award. Packaging and Packing shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2005); FAR 52-212-3, Offeror Representations and Certifications Commercial Items (MAR 2005); FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2003); FAR 52-212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JULY 2005), for Paragraph (b) the following clauses apply: (1), (14), (15), (16), (17), (18), (19), (20), (25), (31), for Paragraph (c) the f ollowing clauses apply: (1) and (4); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUNE 2005), for Paragraph (b) the following clause applies: 252.225-7001, 252.227-7015, 252.227-703 7, 252.232-7003, 252.243-7002, 252.247-7023; FAR 52.227-01, Authorization and Consent (JULY 1995); FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement (AUG 1996); FAR 52.2227-3, Patent Indemnity (APR 1984); FAR 52.227-6, Royalty Information (APR 1984); FAR 52.227-9, Refund of Royalties (APR 1984); DFARS 252.227-7015, Technical Data Commercial Items (NOV 1995); DFARS 252.227-7019, Validation of Asserted Restrictions Computer Software (JUNE 1995); DFARS 252.227-7027, Deferred Ordering of Technical Data or Computer Software (APR 1988); DFARS 252.227-7028, Technical Data or Computer Software Previously Delivered to the Government (JUNE 1995); DFARS 252.227-7030, Technical Data Withholding of Payment (MAR 2000); DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999); FAR 52.242-15, Stop-Work Order (AUG 1989); FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) The following clauses are local Communication-Electronics Life Cycle Management Command (C-E LCMC) clauses and all interested parties shall request a copy from the Contract Specialist; 52.7043, Standard Practice for Commercial Packaging; 52.7047, Bar Code Marking; and the FULL TEXT OF THESE PROVISIONS AND CLAUSES, WITH NOTED EXCEPTION REGARDING LOCAL CLAUSES, MAY BE OBTAINED BY ACCESSING ANY OF THE FOLLOWING INTERNET WEBSITES: http://www.acq.osd.mil/dpap/dars/dfars/index.htm or http://www.acqnet.gov/far/ . BASIS FOR AWARD: The Government intends to award a Sole Source contract to Rogue Wave Software, 5500 Flatiron Parkway, Boulder, Colorado 80301, for its Commercial-Off-t he-Shelf (COTS) SourcePro software maintenance support in accordance with FAR 6.302-1. The US Army CECOM has established the IBOP website as part of the Armys Single Face to Industry, to allow electronic posting of Solicitation for Request for Proposals (RFPs), Request for Quotations (RFQs), and Invitations for Bids (IFBs) from CECOM to industry. All parties interested in doing business with CECOM are invited to access, operate, send and receive information from the IBOP at http://abop.monmouth.army.mil The Point of Contact for this action is, Fern McAvay, Contract Specialist, 732-532-0973 or Fern.Mcavay@us.army.mil.
- Place of Performance
- Address: CE LCMC SEC ATTN: AMSEL-CD, Building 1210 Rittko Ave. Fort Monmouth NJ
- Zip Code: 07703-5000
- Country: US
- Zip Code: 07703-5000
- Record
- SN01014435-W 20060326/060324212527 (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 |