Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOLICITATION NOTICE

D -- Modification to government owned ProDV data visualization software

Notice Date
3/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
 
ZIP Code
76544-0770
 
Solicitation Number
W9115U-10-T-0006
 
Response Due
3/26/2010
 
Archive Date
5/25/2010
 
Point of Contact
Matthew W Mason, 254-288-9578
 
E-Mail Address
US Army ATEC Contracting Activity
(matthew.w.mason@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation Number: W9115U-10-T-0006 Posted Date: 16 March 2010 Response Date/Time: 26 March 2010, 1630hrs Central Standard Time. Contracting Office Address: ATEC Mission Support Contracting Activity, PO Box Y, Ft. Hood, TX 76544. Contact: Matthew Mason, Contract Specialist: matthew.w.mason@us.army.mil, (254)288-9578 Set Aside: None DPAS Rating: None This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-31 and Defense Federal Acquisition Regulation Supplement 20090115. The government issues this Request for Quotes for a firm-fixed price procurement under NAICS code 541511 with a size standard of $25M. Quotes in response to this solicitation must be signed and dated and submitted to Matthew.w.mason@us.army.mil by the date and time noted above. Vendors are responsible for verifying the receipt of any quotes submitted by email. Any contract resulting will be firm fixed price (FFP) service contract. Contract will be awarded to the quote deemed best value to the government. Award date is anticipated to be by 02 April 2010. Delivery shall be 60 days after contract award date. All shipping is to be included in the proposal. Please note that vendors must be currently registered in the Central Contractor Registration (CCR) Database and Online Registration and Certification Application (ORCA). Description: See attached PWS for details. Tech data package is available upon request. CLIN001-(1) Modification to ProDV-Provide all labor, materials, and equipment to modify government owned ProDV software to support GSS LUT IAW PWS para. 3.1 CLIN002-(2)Training Session-Provide all labor and materials to conduct training session at OTC, Ft. Hood for up to 15 participants IAW PWS para. 3.2 CLIN003-(1)Provide all labor materials, and equipment to provide test event support IAW PWS para 3.4 CLIN004-(1) Deliverables-Contractor shall provide all labor, materials and equipment to deliver items detailed in PWS para. 4.0. This CLIN is non separately priced from CLIN 001 CLIN005-(1) Reporting-Contractor shall report contract details IAW PWS para. 5.0. This CLIN is non separately priced from CLIN 001 Ship/Delivery to: USA OTC Transformation Technology Directorate Derrick Mellberg 91012 Station Ave Ft. Hood, TX 76544 TO QUOTE: At a minimum, submitted quotes shall include the following: * A priced quote sheet for all CLINS, with authorized signature * Companys Address * Duns/CAGE/Federal Tax ID Numbers Evaluation (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1)Technical capability of the item offered to meet the Government requirement. Offeror must provide evidence of the following: -Contractor must provide a demonstrated capability to delivery all software modifications within 60 days of contract award. -Contractor must have previous experience with presenting Variable Message Format (VMF) data visually. -Contractor must have the ability to develop a training program to Incorporate current and proposed modifications of ProDV. (2)Past Performance: -Contractor must provide references to verify previous developments or modifications to data visualization software. (3)Price Technical and past performance, when combined, are significantly more important than cost. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ACCOUNTING FOR CONTRACT SERVICES (OCT 2008) The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor must create an account before entering the site and is required to completely fill in all the information in the format using the following/ web address: https://cmra.army.mil. The required information includes: (1)Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2)Contract number, including task and delivery order number; (3)Beginning and ending dates covered by reporting period; (4)Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5)Estimated direct labor hours (including subcontractors); (6)Estimated direct labor dollars paid this reporting period (including subcontractors); (7)Total payments (including subcontractors); (8)Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9)Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (10) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (11) Presence of deployment or contingency contract language, and, (12) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. The following FAR provisions and clauses apply to this solicitation, are incorporated by reference, and will be incorporated into any contract resulting from this notice: 52.204-7, Central Contractor Registration (Apr 2008) 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certification Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires 52.245-1, Government Property 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items The following clauses are checked as being applicable in 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt 1 52.222-3, Convict Labor (JUNE 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.232-33, Payment by Electronic Funds Transfer-Central Contract Registration The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Central Contractor Registration (52.204-7) Alt A (SEP 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009) 252.227-7014 Rights in Non commercial Computer Software and Noncommercial Computer Software Documentation 252.227-7015 Technical Data-Commercial Items 252.227-7016 Rights in Bid or Proposal Information 252.227-7017 Identification and Assertion of Use, Release, or Disclosure Restrictions 252.227-7019 Validation of Asserted Restrictions-Computer Software 252.227-7025 Limitations of the Use or Disclosure of Government Furnished Information Marked With Restrictive Legends 252.227-7027 Deferred Ordering of Technical Data or Computer Software 252.227-7028 Technical Data or Computer Software Previously Delivered to the Government 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/TECOM/DATM01/W9115U-10-T-0006/listing.html)
 
Place of Performance
Address: US Army ATEC Contracting Activity ATTN: CSTE-CA, P.O. Box Y Fort Hood TX
Zip Code: 76544-0770
 
Record
SN02093493-W 20100318/100316235130-9494caf6ba981f6a1c80b21867e7a0e8 (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.