SOLICITATION NOTICE
70 -- Upgrade and maintenance for one Studio Complete V12 and one Dongle Studio License with maintenance
- Notice Date
- 9/27/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-11-T-0020
- Response Due
- 9/28/2011
- Archive Date
- 11/27/2011
- Point of Contact
- Beth Chapman, 757-878-4827
- E-Mail Address
-
ACC-RSA-AATD - (SPS)
(beth.kay.chapman@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 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is W911W6-11-T-0020 and is issued as a Request for Quote (RFQ). Under this number, the Army Contracting Command (ACC) / Aviation Applied Technology Directorate (AATD) intends to award a firm-fixed-price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-53. The applicable North American Industry Classification Standard (NAICS) code is 541511. The small business size standard is $25M. AATD intends to purchase one (1) Upgrade to Studio Complete V12 with one year of maintenance and one (1) Studio 12 Dongle License with one-year of maintenance on a sole-source basis under the authority of Section 4202 of the Clinger-Cohen Act of 1996. The intended source for these products is Geomagic, Inc., located at 430 Davis Drive, Suite 300, Morrisville, NC 27560. Delivery of this item is expected to be thirty (30) days After Receipt of Order. Delivery, Inspection, Acceptance and F.O.B Point are Destination. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. Also, in accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration site prior to award. Clauses incorporated by reference include FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; FAR 52.246-2, Inspection of Supplies-Fixed Price; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.247-34, F.O.B. Destination; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; and DFARS 252.246-7000, Material Inspection and Receiving Report. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontracts Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.222-50, Combating Trafficking in Persons; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3, Protest after Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The following clauses cited within DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.247-7023, Transportation of Supplies by Sea, Alternate III; and 252.247-7024, Notification of Transportation of Supplies by Sea. The full text of the clauses or provisions may be accessed electronically at the following link: http://farsite.hill.af.mil. Geomagic, Inc. is the only known source; however, interested persons may identify their interest and capability to respond to the requirement and submit a quote. All responsible sources that submit an offer will be considered. Quotes are due on September 28, 2010, 5:00 p.m. EST and shall be submitted by e-mail to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Beth Chapman), 401 Lee Boulevard, Fort Eustis, VA 23604-5577 at beth.kay.chapman@us.army.mil. Contracting Officer point of contact is Linda Diedrich, 757-878-4828, or linda.diedrich@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/821969709f60c2048218c4d705aaa486)
- Place of Performance
- Address: ACC-RSA-AATD - (SPS) ATTN: CCAM-RDT, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Zip Code: 23604-5577
- Record
- SN02593951-W 20110929/110927235445-821969709f60c2048218c4d705aaa486 (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 |