Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2010 FBO #3201
SOLICITATION NOTICE

D -- Internation Economic Model for NDU - Package #1

Notice Date
8/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-10-R-0031
 
Point of Contact
James A. Spell Jr, Phone: 703-767-1252, Beverly J Williams, Phone: 703-767-1192
 
E-Mail Address
james.spell@dla.mil, Beverly.J.Williams@dla.mil
(james.spell@dla.mil, Beverly.J.Williams@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation for an International Economic Model for NDU This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regualtion (FAR) 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. 2. Solicitation Number SP4705-10-R-0031 is issued as a request for quotation (RFQ). 3. To be eligible to receive an award resulting from this RFQ, Offerors must be registered in the DOD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov. 4. The solicitation document and incorporated provisions and clauses are in effect Federal Acquisition 44-Circular 2005. The NAICS Code is 541618 and the size standard in dollar amount is $7,000,000.00. This RFQ is issued under simplified acquisition procedures. 6. This solicitation containes four line items: CLIN 0001 348 Software Licenses for an International Economic Computer Model. CLIN 1001: 348 Software Licenses for an International Economic Computer Model. CLIN 2001 348 Software Licenses for an International Economic Computer Model. CLIN 3001 348 Software Licenses for an International Computer Model. CLIN 4001 348 Software Licenses for an International Economic Model. 7. FOB Destination for delivery to the National Defense University, Building 59, Room 208, Fort McNair, DC 20319. This effort contains a twelve (12) month base year period and four (4) one (1) year option periods. The period of performance for the base year is 20 September 2010 through 19 September 2011. 9. The provision at FAR 52.212-1, Instructions to Offerors, applies to this acquisition. All quotes must be for all items, as stated, partial quotes will not be considered. Award will be made to a single vendor. 10. Please ensure compliance with the regulation when submitting your proposal: 52.247-34 F.O.B. Destination. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) competed as follows: Award will be made to the Offeror that meets the best value to the Government. To be determined best value, the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the attached Statement of Work. All responsible Offerors are to submit current pricing, delivery time, payment terms, Cage Code, Dun and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solcitation. Quotes must be valid through 30 September 2010. 11. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commerical with its offer, and/or have completed the annual representations and certificates electronically at https://orca.bpn.gov/. FAR 52.212-3 can be downloaded from the internet at http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. 12. All FAR clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (DEV). Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items; FAR 52.219-28, Post-Award Small Business Program Represntation; FAR 523.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.252-1, Solicitation Provisions Incorporatyed by Reference. The following clauses are applicable to Extend the Term of the Contract; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FA 52.222-37, Employment Reports on Special Disabld Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.223-9- Estimate of Percentage of Recovered Material Conent for EPA Designated Items; FA 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FA 52.252-2, Clauses Incorporated by Reference. The clause at 252.212-7000, Offeror Representations and Certifications—Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to the acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001, But American Act and Balance of Payments Program; 252.232-7003, electronic Submission of Payment Requests; 252.204-7004, Required Central Contractor Registration and 252.247-7023, Transportation of Supplies by Sea. 13. If interested, e-mail your quote to the POC stated herein. 14. All responsible sources should submit offers James Spell via e-mail no later than 9:00 AM EST 9September 2010. The Government prefers that all offers are e-mailed to the point-of-contract with Solicitation Number SP4705-10-R-0031 and offeror’s name listed in the subject block. Facsimile quotes will not be accepted. 15. The Government Primary POC is James Spell and the secondary POC is Beverly J. Williams. 16. Any questions concerning this requirement should be sent via e-mail to James Spell and/or Beverly J. Williams no later than September 7.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-10-R-0031/listing.html)
 
Place of Performance
Address: At Contractor's facility, United States
 
Record
SN02259348-W 20100830/100828233359-2213578c8f192482d615f3161b2fbdb8 (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.