Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2010 FBO #3218
SOLICITATION NOTICE

D -- DAMS Instrumentation Maintenance Service

Notice Date
9/14/2010
 
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
W9115U10T0025
 
Response Due
9/20/2010
 
Archive Date
11/19/2010
 
Point of Contact
Felicia Williams, 254-288-9569
 
E-Mail Address
US Army ATEC Contracting Activity
(felicia.d.williams@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. This is a combined synopsis/solicitation for commercial items in accordance with FAR Part 12.6 and FAR Part 13, 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. The NAICS for this requirement is 541511 and the small business size standard is $25.0m. This solicitation is a 100% small business set aside. Requirement is for all parts and/or items exclusively. Request for quotation to procure the following brand name or equal line items that meet the needs of the Operational Test Command, Airborne Special Operations Test Directorate (ABNOSTD) with Government requirements of: One (1) year HW Service/Support and SW upgrades for Instrumentation Digital Asset Management System (DAMS) 1 Model 220-E MPEG-2 4:2:2 Enterprise Encode Workstation; 1 Model VB-10-TX3 Enterprise Transcode Workstation; 1 Model VB-CWB-LV1 VideoBank Video-Vault Core and Browser. Services to be provided: 4 hour response (Mon-Fri) 9x5 Phase 1 Support, After hours pager support; Remote Access Support via VPN, VPN and network connectivity to be supplied by Customer; On-site labor at authorized location(s), will provide the labor to replace any failed hardware components covered under the agreement. All system hardware components are warranted by and in accordance with the original manufacturer warranty. Hardware components that are out of warranty will be repaired or replaced by. Customer will be invoiced for the current cost of the replacement parts and labor. Software Enhancements, Updates and Upgrades: Technology refresh: Upgrades includes a new release deployment quarterly. Constantly adding workflow enhancements, features and options. New options are available for purchase. Enhancements are included at no charge as part of the support agreement. Screen and GUI: Minor General User interface cosmetics as well as data field changes are covered under this contract. Major GUI changes will be billed. Database maintenance: Minor database changes and issues are covered under this contract. However, additional data conversion and custom import/export translations will be billed. Major Feature Options that are outside of the scope of the purchased functionality are not included and can be ordered at the option of the customer. Custom programming or features will be done at the discretion and will be billed. All pricing is exclusive of any applicable taxes or shipping charges. Vendor shall Invoice customer yearly, and payment shall be due within 30 days of Invoice. Travel expense costs will be invoiced separately. The following FAR provisions and clauses are associated with this requirement: To be considered for the award, any offers of equal products must provide descriptive documentation that will clearly evaluate and meet the salient characteristics specified in the solicitation. The offeror shall submit descriptive literature for all equal items proposed. Failure to submit descriptive literature will return quote; 52.212-1, Instructions to Offers-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items (include a completed copy with quote, must be registered in the CCR); 52.212-4 Contract Terms and Conditions-Commercial Items and 52.212-5 Contract Terms and Conditions. All responsible sources may submit a quote. All quotes received by due date and time shall be considered. Award will be based on the quote that offers the best value to the Government. The Government reserves the right to award to other than the lowest offered price. The contractor must be registered in Central Contractor Registration (CCR) database in order receive an award. The CCR website address is http://www.ccr.gov. The due date for receipt of quote is September 20, 2010, 12:00 PM CST. Numbered note 22 at http://cbdnet.gpo.gov/num-note.html apply. All quotes and proposals must be sent to amsca.atec@us.army.mil or fax at (254) 288-2260. Point of contact is Felicia Williams, Acquisition Management Specialist, (254) 288-9569 or felicia.d.williams@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/TECOM/DATM01/W9115U10T0025/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
SN02280325-W 20100916/100914235119-50c4199b42439c145db9b6b85d92dd6f (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.