SOLICITATION NOTICE
R -- Program Support Services- mission planning support software services to Commander Fleet Logistics Support Wing (CFLSW) and 4th Marine Air Wing (4th MAW).
- Notice Date
- 9/16/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6883611T0592
- Response Due
- 9/23/2011
- Archive Date
- 10/8/2011
- Point of Contact
- LASHAWN BROWN 904 542 0631 DARRYL NELSON 904 542 1063
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial item with the intent to award on a Sole Source Basis to JEPPESEN SANDERSON, INC. Prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number is N68836-11-T-0592. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110819. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. Both clauses and provisions may be accessed in full test at www.acquisition.gov. The NAICS code 511210. This is a non-competitive action. Commander, Naval Reserve Forces request responses from qualified sources capable of providing Mission Planning support software Services: Jeppesen Sanderson, Inc. CLIN 0001: Program Support Services, Qty: 8: U/I: MONTHS, U/P: ____________. CLIN 0002: Program Support Services, Qty: 12: U/I: MONTHS, U/P: ________. The following FAR provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration(JUL 2006); 52.212-1 Instruction to Offeror ™s-Commercial Items (SEP 2006), 52.212-4 Contract Terms and Conditions Commercial Items (SEP 2005); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2006) with the following clauses incorporated in sections (a) 52.333-3 Protest After Award (AUG) 1996) (31 U.S.C. 3553), 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78), (b) 52.222-3 Convict Labor (JUNE 2003) (E.O. 11755), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126, 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (APR 2002) (E.O. 11246), 52.225-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assts Control of the Department Treasury, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 9OCT 2003) (31 U.S.C. 3332);252.204-7004 Alt A Required Central Contractor Registration Alternate A (Sep 2007), 52.252-2 Clauses Incorporated by Reference (FEB 1998); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2011) with the following clauses incorporated in section (a) 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003 Electronic Submission of Payment Request (MAR 2008) (10 U.S.C. 2227); 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2011); 52.232-18 Availability Of Funds (APR 1984). Quotations will be evaluated based on technical capability, past performance, and price. The government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2011). Offeror must be registered to the Central Contractor Registration (CCR) prior to award. The website address is www.ccr.gov. A Dunn and Bradstreet number is required to register. This announcement will close at 3:30 PM ET on 9/23/11. Contact LaShawn Brown at 904-542-0631 or email Lashawn.brown@navy.mil. Oral communications are not acceptable in response to this notice. All quotes shall include price(s), FOB DESTINATION, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c3ef14917c4fab0403db79d24f77b8ba)
- Place of Performance
- Address: COMMANDER NAVY RESERVE FORCES COMMAND
- Zip Code: BLDG NH-34
- Zip Code: BLDG NH-34
- Record
- SN02580549-W 20110918/110917000331-c3ef14917c4fab0403db79d24f77b8ba (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 |