Federal Bid

Last Updated on 14 Jun 2006 at 4 AM
Combined Synopsis/Solicitation
Washington District of columbia

70 -- Winsight Software

Solicitation ID HSCGG8-06-Q-ARM029
Posted Date 18 May 2006 at 4 AM
Archive Date 14 Jun 2006 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Hq Contract Operations (Cg-912)(000
Agency Department Of Homeland Security
Location Washington District of columbia United states 20593
DESCRIPTION: The U.S. Coast Guard intends to procure Winsight software. This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation 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. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition is on a(n) Small-Business Set-Aside basis. Items: 1) Winsight Windows NT (Concurrent) 8ea. 2) C/S Glue Viewer (Concurrent) 8ea. 3) Winsight Admin Windows NT (Standalone) 1ea. 4) Briefing Wizard (Concurrent)1ea. 5)Maintenance and Support 1yr. HOW TO RESPOND: In order to compete for this project, interested parties must demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 4:00 PM, ET, May 30, 2006. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the supplies Specifications and compatibility of system/process with existing agency configuration. Cost Proposal: provide Firm Fixed-Price. Offerors must submit an original and two copies of the proposal to Jess Maanao, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to [email protected] are acceptable, but must be timely. Proposal Evaluation Criteria: (1) Price and price-related factors. This will be a Best-Value award determination. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005, 52.212-4 (Sept 2005), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Feb 2006). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 (noon) ET, May 24, 2006. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above.
Bid Protests Not Available

Similar Past Bids

Mark Illinois 30 Jul 2008 at 5 PM
Arnold Missouri 26 Apr 2011 at 3 PM
San diego California 22 Oct 2003 at 5 AM
Wright patterson air force base Ohio 28 Sep 2004 at 5 AM
Arnold Missouri 12 May 2009 at 3 PM

Similar Opportunities

Hill air force base Utah 30 May 2026 at 10 PM
Hill air force base Utah 30 May 2026 at 10 PM
Hill air force base Utah 30 May 2026 at 10 PM