Federal Bid

Last Updated on 05 Jun 2008 at 8 AM
Combined Synopsis/Solicitation
Yorktown Virginia

SOFTWARE SUPORT

Solicitation ID PRN322098112MP01
Posted Date 14 May 2008 at 1 PM
Archive Date 05 Jun 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Yorktown Virginia United states
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items 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. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS (http://fbo.gov/). The PR number is N322098112MP01. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is 541511. This is a sole source action with Makai Ocean Engineering, Inc., P.O. Box 1206, Kailua, Oahu, HI 96734. The MSCHQ N10, SMS FIELD DET LITTLE CREEK requests responses from qualified sources (small businesses) capable of providing: annual renewal of Makai 3.0 software support for the period 11 July 2008 - 10 July 2009 and MakaiPlanPro 3.0 with Digital Terrain Model (DTM) for the period 26 Sep 2008 - 25 Sep 2009 installed on USNS Zeus. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement and are incorporated by reference: 52.204-7, Central Contractor Registration; 52.247-34, FOB Destination; 52.215-5, Facsimile Proposals (757-462-2450); 252.204-7004 Alt A, Central Contractor Registration Alternate A; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, within 52.212-5 the following clauses apply and are incorporated by reference - 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; 52.222-35, Affirmative Action for Disabled Vets; 52.222-36, Affirmative Action for Workers w/ Disabilities; 52.222-37, Employment Reports on Disabled Vets; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within 252.212-7001 the following clause apply and are incorporated by reference - 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7023, Transportation of Supplies by Sea Alternate III. This announcement will close at 4:00 P.M. on 21 May 2008. Contact William Shearer who can be reached at (757) 462-4470 or email [email protected]. All responsible sources (small businesses) may submit a quote which shall be considered by the agency. See Numbered Notes: 1, 22. 52.212-1, Instructions to Offerors - Commercial Items - The government will award a contract resulting from this solicitation to the responsible offeror conforming to the solicitation who will be the most advantageous to the government, price and other factors considered. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF 1449 which identifies the requested item(s), with its unit price, extended price, total price, prompt payment terms, remittance address, Federal Tax Identification Number, Duns Number, and CAGE Code. Offers may be e-mailed to [email protected], or faxed to (757) 462-2450. Reference PR N322098112MP01.
Bid Protests Not Available

Similar Past Bids

Location Unknown 03 Jul 2024 at 4 AM
Supply North carolina 31 Mar 2010 at 8 PM
Dahlgren Virginia 02 Mar 2020 at 1 PM
Location Unknown 13 Oct 2022 at 4 AM
Location Unknown 06 Jul 2023 at 4 AM

Similar Opportunities