Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

70--Production software & DVD's

Solicitation Number: W800D883261801-A
Agency: Department of the Army
Office: Army Contracting Agency, North Region
Location: MICC Fort Lewis
  • Print
:
W800D883261801-A
:
Presolicitation
:
Added: Dec 10, 2008 6:56 pm Modified: Dec 11, 2008 11:50 amTrack Changes
CANCELLATION NOTICE: Bids are being solicited under solicitation number W800D883261801-A. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 100252.


Army CHESS Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing Army CHESS contract. The contract must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's contract. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective Army CHESS contract AND upon approval from the soliciting contracting officer.

This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-12-19 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT LEWIS, WA 98433

The USA ACA Fort Lewis requires the following items, Brand Name or Equal, to the following:
LI 001, ANIMATION SOFTWARE 3D ARSENAL WITH LIGHTWAVE 7.5 MODELING, 1, EA;
LI 002, MFG part# 65023429 SOFTWARE ADOBE CS4 MASTER COLLECTION 4 WIN, 2, EA;
LI 003, Mfg. Part #: 54025781HS ADOBE GOVT ADOBE DIRECTOR 11 COURSEWARE 1000PTS, 1, EA;
LI 004, Mfg. Part #: 38044220DG ADOBE GSA MEDIA KIT WIN DIRECTOR 11, 1, EA;
LI 005, SONY CINESCORE 1.0C MUSIC PRODUCTION SOFTWARE, 1, EA;
LI 006, SONY CINESCORE THEME MUSIC CDS TO INCLUDE:
THE BIG PICTUREATMOSPHERIC MUSIC FOR FILMTAKE FIVE: LEISURE SOUNDTRACKSINCREDIBLE VISTASADRENALINE SURGEHOME STUDIO SOUNDTRACK PACK VOLUME 1HOME STUDIO SOUNDTRACK PACK VOLUME 1, 6, EA;

For this solicitation, USA ACA Fort Lewis intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Lewis is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.

Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.

Bidders protesting bids or any subsequent purchase orders shall follow the procedures in Federal Acquisition Regulations Part 33. Protest shall be mailed to Mission and Installation Contracting Command, Enterprise and Operations, Army Contracting Command, Attn: Chief Commercial Items Division, Building 2015, MS19, Fort Lewis, Washington 98433-5500

Contact ClientServices @ FedBid.com or call 1-877-9FEDBID to address any questions.

Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected as non-responsive.

Quote MUST be good for 30 days after Reverse Auction closing date.

New equipment/parts only. No remanufactured products.

The contract price includes all applicable Federal, state, and local taxes and duties.

FOB Destination CONUS (Continental U.S.)

The contractor shall stamp or mark the supplies delivered or otherwise furnish notice with the supplies of the existence of a warranty. Markings shall include (i) a brief statement that a warranty exists, (ii) the substance of the warranty, (iii) its duration, and (iv) who to notify if the supplies are found to be defective.

a. The Contracting Officer (KO) at Fort Lewis is the only person authorized to approve changes or modify any of the requirements under this contract, and notwithstanding anything contained elsewhere in this contract, the said authority remains solely with the KO. In the event the Contractor or contract employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the contract price under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof.

Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Current access information may be obtained by calling (253) 967-1733. As of 15 January 2002, the following requirements apply. Commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) on Monday through Friday. This gate will be open for inbound commercial vehicle access and inspection between 0530 hours and 2000 hours. The Logistics Center Gate is closed on weekends (Saturdays and Sundays). On Saturdays and Sundays, commercial vehicles must use the DuPont Gate (Exit 119 from I-5). DuPont Gate hours are 0530 hours until 2000 hours. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. (1) If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. (2) Large vehicles (needing greater than 12'-5" clearance) will require a time stamped "searched" label to gain access to North Fort Lewis. "Searched" labels will be issued at the Logistics Center Gate or the DuPont Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that their vehicle is over 12'-5" in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a "searched" label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. (3) Commercial vehicles less than 12'-5" in height shall access North Fort Lewis ONLY via the Pendleton Avenue under-crossing once they are cleared through the Logistics Center Gate or the DuPont Gate, as appropriate.

Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Current access information may be obtained by calling (253) 967-1733. (a) Unless the contractor voluntarily participates in the Fast Access Gate Program commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and through the D St. Commercial Vehicle Inspection Point on North Fort. Both gates are open Monday through Friday, excluding federal holidays. These gates will be open for inbound commercial vehicle access and inspection between 0530 hours and 2100 hours. These gates may be closed on weekends (Saturdays and Sundays) and federal holidays. On Saturdays, Sundays, federal holidays, and on other days on which these gates are closed, commercial vehicles must use the Main Gate (Exit 120 from I-5). Main Gate is open 24 hours per day everyday. A visitor pass must be obtained. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority.On weekends large vehicles (needing greater than 12'-5" clearance) will require a time stamped "searched" label to gain access to North Fort Lewis. "Searched" labels will be issued at the Main Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that their vehicle is over 12'-5" in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a "searched" label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis.

(b) If the contractor participates in the Fast Access Gate Program, contractor vehicles may enter the installation through any fast access gate lane except at Force Protection Level Charlie or Delta. During Force Protection Level Charlie or Delta, all contractor vehicles must enter through the Logistics Center gate or, if the Logistics Center Gate is closed, through the Main Gate. All passengers in the contractor vehicle must have a fast access identification card; otherwise, the contractor vehicle must enter through the Logistics Center Gate or the Main Gate, as appropriate and obtain visitor passes. Once the Fast Access Gate Program is fully implemented, fast access gate lanes will be at the Main (Liberty) Gate, the 41st Street Gate (North Fort Lewis), the East Gate, the DuPont Gate, the D Street Gate, the Logistics Center Gate, the Madigan Army Medical Center Gate, the Rainier Gate, the Transmission Line Gate, and the Scouts Out Gate. The contractor shall use only those lanes specifically marked as fast access lanes.(c) If the Fast Access Gate Program is terminated for any reason, the contractor will be allowed access only through the Logistics Center Gate or the D St. Gate or, when they are closed, the Main Gate unless the contractor is otherwise notified by the Contracting Officer.
(d) Employees who require access to Fort Lewis to perform work under this contract may obtain a Government sponsored identification badge. The identification card process has been contracted out and the cost of the identification card shall be borne by the contractor. Current established costs are: $99.00 for company start-up and $99.00 per individual. Name and address of contractor is as follows: Fast Access, Eid Passport, Incorporated, 10450, SW Nimbus Avenue, Bldg R-A, Portland, Oregon 97223, Customer Service: 877-727-4343, Office: 503-924-5300, Fax: 503-924-5320, Maria Nguyen, Manager, Cell: (None); info@rapidgate.com , mnguyen@eidpassport.com. If you choose not to obtain a Fast Access Badge, you can obtain permission for a 30-day pass by contacting the ID Card Facility (Waller Hall). This process may be changed without prior notification, but any long-term badge received by you will continue to be valid until its expiration date.

THE FOLLOWING INFORMATION IS PROVIDED TO ASSIST YOU, AND WILL HELP TO EXPEDITE PAPERWORK AND PAYMENT.
a. Only one delivery will be accepted against each line item. Backorders will NOT be accepted on individual line items. b. Deliver on or before date specified. Deliveries will be accepted Monday through Friday (except Holidays) from 7:30 A.M. to 2:30 P.M. to Block 15 of the Purchase Order. Notify the individual in Block 16 of any delay encountered (due to strikes, factory backorders, etc.) and give revised delivery date if possible. c. Mark outside of all cartons. Put packing list inside cartons. Show the order number assigned, the PR number shown at the end of each item, and the quantity shipped. All items will be identified by the part number by attached tag and/or stamped identification. d. On direct shipments, have the supplier or manufacturer cite our order number on packages. This eliminates delay caused by trying to determine the firm awarded the original order.

Proposed responders must submit any questions concerning this quote at least 5 days prior to the established closing date to reasonable to expect a response from the Government. Those questions not received within the proscribed date will not be considered.

Offers will be evaluated based on price and technical acceptablibity. Quoters certifies that the product quoted meets or exceeds all minimum requirements as stated in the quote.

Unless otherwise specified in this contract, the contractor shall obtain any necessary licenses and permits, give all notices, and comply with any applicable Federal, State, County, and municipal laws, codes, and regulations in connection with this contract.

The Contractor will appoint an IMO to be the liaison between the Contractor and Government communication personnel. All requirements to the Directorate of Information Management (DOIM) will be coordinated through the IMO.

The contractor shall not make news releases or otherwise provide information relative to the performance of this contract or information relative to any incident occurring on Ft. Lewis without prior approval of the Contracting Officer.

The contractor shall not hire any individual to perform work on Fort Lewis or any other Government installation under this contract unless such individual is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. The contractor shall comply with 8 USC 1324a, 8 CFR Part 274a, and any other laws and regulations pertaining to the employment of aliens. The contractor shall, upon request by the Contracting Officer, present documentary evidence acceptable to the Contracting Officer that the employee(s) named or identified in the request is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. Such documentation shall be presented to the Contracting Officer within three (3) working days after the contractor's receipt of the request for documentation. If acceptable documentary evidence is not provided within the required time, the contractor shall not allow the affected employee(s) to perform work on Fort Lewis or any other Government installation under this contract until after such acceptable documentary evidence is presented to the Contracting Officer. Removal of any employee(s) from performance of work pursuant to this provision shall not relieve the contractor of the responsibility to perform all work under this contract in a timely manner.


CI DIVISION INSTRUCTION 26 - INFORMATION MANAGEMENT OFFICER (IMO)
The Contractor will appoint an IMO to be the liaison between the Contractor and Government communication personnel. All requirements to the Directorate of Information Management (DOIM) will be coordinated through the IMO.

The contractor shall comply with all DoD, DA, FORSCOM and local IAM instructions and regulations. The contracted individual providing services under this contract must comply with the information system security requirements prescribed by AR 380-19.

The contractor shall appoint an individual as the Information Assurance Security Officer (IASO) and an Alternate Information Assurance Security Officer (AIASO) for each facility in which Automation Information Systems (AIS) are located.
The contractor shall ensure that all standard and non-standard systems have a security plan/accreditation as identified in AR 380-19, Appendix D. The plan shall display that the proper ?Designated Approving Authority? (DAA) has approved and accepted any risks identified in the plan. No network connectivity will be granted until this task is completed.
Each appointed IASO shall be trained and certified in accordance with AR 380-19. The contractor shall ensure that IASO?s and AIASO?s provide systems security to prevent unauthorized access, theft, or damage to the systems under their responsibility. The contractor shall ensure that each IASO and AIASO complies with the responsibilities and duties identified in AR 380-19 which includes accreditation of all computers and computer systems. The contractor shall ensure that the IASO and AIASO have the required security clearances and background investigations required by AR 380-67.

DoD 5200.2-R, DoD Personnel Security Program, required DoD military and civilian personnel, as well as DoD consultant and contractor personnel, who perform work on sensitive automated information systems (all Fort Lewis systems and networks are considered Sensitive and will be operated in the System High Mode), to be assigned to positions which are designated at one of three sensitivity levels (ADP-I, ADP-II, ADP-III). These designations equate to Critical Sensitive, Non-Critical Sensitive. The contractor will assure that individuals assigned to the following sensitive positions have completed the appropriate forms: ___________________________________
The required investigation will be completed prior to the assignment of individuals to sensitive duties associated with the position. Each individual working on a sensitive automated information system will be required to fill out a System Authorization Access Request (SAAR) and turn it into the organizations system administrator.
Fort Lewis retains the right to request removal of contractor personnel, regardless of prior clearance or adjudication status, whose actions, while assigned to this contract, clearly conflict with the interests of the Government. The reason for removal will be fully documented in writing by the Contracting Officer. When and if such removal occurs, the contractor will within ______ working days assign qualified personnel to any vacancy(ies) thus created.

This is a Request for Bids under Federal Acquisition Regulation 13, Simplified Acquisition Procedures. The following clauses apply:

Clause Criteria

FAR 52.213-1 Fast Pay is incorporated by reference and applies to
Fast Pay purchase orders under $30,000.
FAR 52.213-2 Is incorporated by reference and applies to
Invoices purchase orders authorized for Advance Payment.
FAR 52.213-3 Is incorporated by reference and applies to all firm fixed
Notice to Supplier price purchase orders.
FAR 52.213-4 Is incorporated by reference and applies to
Terms and Conditions- purchase orders under $100,000.
Simplified Acquisitions,
Non-Commercial items
FAR 52.252-2 This award incorporates one or more clauses by reference, with the Clauses Incorporated same force and effect as if
they were given in full text. Also the the full text of a clause may be accessed electronically at this address
http://farsite.hill.af.mil/vffara.htm.
Whereve the words "offer", "proposal", "offerors", or similar terms are used in this solictation, they shall be read to mean "quote", "quotation", "quoter", "vendor" or similar corresponding term to reflect that this solictation is a Request for Quotations, not a Request for Proposals or and Invitation for Bids.

:
BLDG 2015 Rm 201, Ft. Lewis, WA 98433
:
FORT LEWIS, WA 98433
98433-9500
US
:
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822, Email: clientservices@fedbid.com;