Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2007 FBO #2092
SOLICITATION NOTICE

70 -- LVA 6.50 or Equal

Notice Date
8/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H92239-07-T-0051
 
Response Due
8/27/2007
 
Archive Date
9/11/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The US Army Special Operations Command, Fort Bragg, North Carolina has a Brand Name or Equal requirement for the purchase and delivery of Eleven (11) Layered Voice Analysis (LVA) 6.50 software packages with one-year technical support and user training in accordance with the requirement herein. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number H92239-07-T-0051 is issued as a Request for Quotation, under simplified acquisition procedures. The NAICS code is 334519. The size standard is 500 employees. This requirement is 100% set aside for Service Disabled Veteran-Owned Small Business (SDVOSB). The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-18. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. Full text clauses and provisions are available at farsite.hill.af.mil. REQUIREMENT: The contractor shall provide the following items: Eleven (11) each, Layered Voice Analysis (LVA) 6.50 software packages with one-year technical support and user training at the contractor's site. User training shall be provided at the contractors facility for one person per software package and shall be conducted by experienced and fully-qualified instructors. Instructor experience will be considered in the technical evaluation process. Alternate poposals for training at the Government's site will be considered if it is in the best interest of the Government. BRAND NAME OR EQUAL: Items called for by this request for quotation have been identified by a brand name or equal description. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Quotations offering "equal" products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, drawings, or other information) necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. Offerors not providing technical information may be excluded from competition. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items, in relative order of importance are: Price and Technical Acceptability of proposed "Or Equals". Award will be made to the lowest priced, technically acceptable quote from a responsible bidder submitting an offer found to be most advantageous to the government.; The following FAR and DFARS provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration JUL 2006 52.212-3 Offeror Representations and Certification--Commercial Items NOV 2006 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) JUN 2007 52.252-2 Clauses Incorporated By Reference FEB 1998 52.252-5 Authorized Deviations In Provisions APR 1984 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) APR 2007 252.232-7003 Electronic Submission of Payment Requests MAR 2007 QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Barbara Bowles), Fort Bragg, North Carolina, 28310, not later than 12:00 p.m. ET, 27 Aug 2007. Fax submissions will be accepted at (910) 432-9345. E-mail submissions will be accepted at bowlesb@soc.mil. However, due to the unreliability of electronic submissions, it is the offeror?s responsibility to ensure receipt. QUOTES SHALL INCLUDE: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price and one copy of proposal and catalog literature on any quoted "or equals". Any "or equals" must meet the minimum salient characteristics to include functional and physical., (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Questions must be submitted in writing. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published electronically the same as this combined synopsis/solicitation. The point of contact for this requirement is Barbara Bowles, Contracting Officer at (910) 432-8598, e-mail bowlesb@soc.mil.
 
Place of Performance
Address: Fort Bragg, NC
Zip Code: 28310
Country: UNITED STATES
 
Record
SN01377104-W 20070819/070817222818 (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 |
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.