1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, in conjunction with FAR Subpart 13.5, and as supplemented with additional information included in this notice. This announcement is the only solicitation; vendor submissions are being requested and a written solicitation will not be issued. The reference number for this requirement is HC1047-08-T-0004. Please reference this number on all correspondence relative to this notice. The Defense Information Systems Agency (DISA) has the responsibility to manage CENTRIXS for the Department of Defense and has been asked to address the requirement to converge multiple CENTRIXS environments into one environment. Through this solicitation notice, DISA intends to extend offers for the demonstration of technologies in the Coalition Warrior Interoperability Demonstration (CWID 08) against operational requirements for technical and warfighter utility. This is new work and does not relate to work already accomplished or ongoing through other vehicles. The requirements that pertain are as follows and are provided as attachments to this notice: (1) Attachment A - Statement of Work; (2) Attachment B - CCER CWID Technical Description; (3) Attachment C - DD Form 254; DoD Contract Security Classification Specification; (4) Attachment D - Evaluation Criteria/Process. This acquisition will be firm-fixed-price. The Government may chose to award up to 20 technology category demonstrations to multiple vendors, subject to affordability restraints. For submission purposes, the following instructions apply: (1) Provide a technical approach in order to demonstrate at Coalition Warrior Interoperability Demonstration (CWID 08) your product?s ability to meet the technical requirements outlined in one or more of five separate categories identified in the streamlined system specification. Submissions are limited to ten (10) pages per category. (2) Provide a management approach of no more than ten (10) pages describing the technical approach, organizational resources, key personnel, and management controls to be employed to meet requirements throughout contract execution. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11 and Defense Federal Acquisition Regulations Supplement (DFARS) DCN current to 20060616. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 541519 with an associated small business size standard of $23.0 Million. Offerors must be registered on Contractor Central Registration (CCR). Provisions and clauses applicable to this acquisition are as follows: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), FAR 52.222-3 Convict Labor, FAR 52.232-17 Interest, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.233-3 Protest After Award, FAR 52.247-34 F.O.B. Destination, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7004 Alternate A, and DFARS 252.232-7003 Electronic Submission of Payment Requests. The following clauses, applicable to this acquisition, are local DISA clauses and all interested Offerors shall request a copy from the Contracting Officer: 52.204-9000 Points of Contact and 52.232-9000 Wide Area Workflow-Receipt and Acceptance (WAWF-RA). Full text of these provisions and clauses, with the exception of the local clauses, may be obtained from the following internet websites: http://www.acq.osd.mil/dpap/dars/dfars/index.htm, http://farsite.hill.af.mil/, and http://www.arnet.gov/far/. Offerors may indicate that their response to FAR 52.212-3 Offeror Representations and Certifications-Commercial Items has been loaded on http://orca.bpn.gov. Responses shall be submitted ELECTRONICALLY to the attention of
[email protected] no later than 2:00 pm (Eastern Standard Time) 30 January 2008. Questions relative to this notice or to any of the associated documentation shall be submitted ELECTRONICALLY to the attention of the Contract Specialist at
[email protected] no later than 3:00 p.m. (Eastern Standard Time) 22 January 2008. Responses to questions (if any) will be consolidated and provided as an amendment to this notice. Any amendment(s) issued to this notice will be published on this website. Therefore, it is the offerors' responsibility to visit this website frequently for updates to this procurement.
Bid Protests Not Available