Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2011 FBO #3558
SOLICITATION NOTICE

59 -- eEye Platinum Software Support for Peterson AFB - Performance Work Statement - Brand Name Justification Letter

Notice Date
8/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-11-T-6074
 
Archive Date
9/13/2011
 
Point of Contact
Jody C. Smith, Phone: 7195567538, Susan K Davis, Phone: 719-556-7585
 
E-Mail Address
jody.smith@peterson.af.mil, susan.davis@peterson.af.mil
(jody.smith@peterson.af.mil, susan.davis@peterson.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
BNJL for eEye Platinum Support. Performance Work Statement for eEye Platinum Support. (i) 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. (ii) The solicitation, FA2517-11-T-6074, is being issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. (iv) This procurement is procured as brand name, other than full and open competition. The NAICS code is 511210 and the size standard is $25 Million. A single award will be made as a result of an evaluation of the quotes received. (v) The specifics of this procurement is eEye brand name. (vi) CLIN 0001- (1) Year of eEye Platinum level software support. See attached Performance Work Statement for an exact listing. (vii) Period of performance is 12 months from date of contract award. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008), applies to this acquisition. All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, Tax ID, and Terms & Conditions shall be submitted with the quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. Multiple offers will not be accepted. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. Award will be made to the lowest priced offeror meeting the technical specifications. To be considered technically acceptable the quote must reflect the requirements specified in the Performance Work Statement. Contractor shall be an authorized eEye reseller/distributor. Verification will be confirmed with eEye prior to award. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2011), applies to this acquisition. All vendors shall be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jun 2010), applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Aug 2011), applies to this acquisition. (xiii) The Government will not be providing and contract financing arrangements. Additonal warranty requirements inconsistent with customary commercial practices are not necessary for this acquisition. The following FAR Clauses apply to this solicitation: 1. FAR 52.222-3 Convict Labor (June 2003) 2. FAR 52.222-21 Prohibition of Segregated Facility (Feb 1999) 3. FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 4. FAR 52.222-25 Affirmative Action Compliance (Apr 1984) 5. FAR 52.222-26 Equal Opportunity (Mar 2007) 6. FAR 52.233-1 Disputes (Jul 2002) 7. FAR 52.233-3 Protest After Award (Aug 1996) 8. FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) The following DFARS clauses apply to this solicitation: 1. DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Jan 2009) 2. DFARS 252.204-7004 Required Central Contractor Registration (Sep 2007) 3. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jun 2011) 4. DFARS 252-225-7012 Preference for Certain Domestic Commodities (Jun 2010) 5. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) The following AFFARS clause applies to this solicitation: 1. AFFARS 5352.201-9101 Ombudsman (Apr 2010) - contact: HQ AFSPC/A7K, 150 Vandenberg St., Suite 1105, Peterson AFB, CO 80914-4350. (719)-554-5250, Fax (719)-554-5299, email a7K.wf@afspc.af.mil. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Quotes shall include DUNS Code, CAGE Code, Tax ID, Price Information and Terms and conditions. Quotes shall be submitted in writing no later than 8:00 AM MST, 29 August 2011. Questions regarding this solicitation shall be submitted in writing no later than 4:00 PM MST, 25 August 2011. (xvi) POC for information regarding this solicitation is A1C Jody Smith or Kristin Davis. Submit your quotes to A1C Jody Smith via e-mail: jody.smith@peterson.af.mil or via fax: (719) 556-4538. Submit your questions to both A1C Jody Smith and Kristin Davis via e-mail: susan.davis@peterson.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-11-T-6074/listing.html)
 
Place of Performance
Address: Peterson AFB, Colorado Springs, Colorado, 80916, United States
Zip Code: 80916
 
Record
SN02543202-W 20110822/110820233342-f9b23f5a59f5bd718d7d9b11ba4bdd99 (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.