Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2002 FBO #0256
SOLICITATION NOTICE

70 -- Veritas Brand Items

Notice Date
8/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 2272 Suite 353 47123 Buse Road, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-02-R-0281
 
Response Due
8/26/2002
 
Point of Contact
Jason Lev, Contract Specialist, Phone 301-995-8554, Fax 301-995-8670,
 
E-Mail Address
levjj@navair.navy.mil
 
Description
This is a combined synopsis/solicitation for Brand Name commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. Simplified procedures as described in FAR 13.5 will be used for acquisition of these Brand Name commercial items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number N00421-02-R-0279 is being released using simplified acquisition procedures as described in Federal Acquisition Regulation 13.5, and is therefore issued as a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Federal Acquisition Regulations Supplement Change Notice 20001213. The Government intends to award a competitive contract on a best price basis for Veritas Brand software, Veritas Brand software licenses, and Veritas Brand software maintenance, and only licensed Veritas resellers may respond. A copy of license shall be submitted with quote. The Government intends to utilize reverse auction procedures for this procurement. This is a competitive, anonymous, on-line auction in which participants will submit a series of quotes/bids that descend in price during a specified period of time. Criteria for the Reverse Auction may be found at http://www.navair.navy.mil/business/ecommerce. Click on ?N00421-02-R-0281.? This action is set aside for small business. Contract type will be firm-fixed-price. All Veritas products must be licensed to the United States Department of Agriculture (USDA) Foreign Agriculture Services (FAS). The contract line item number and descriptions for this procurement are** CLIN 0001 Veritas Brand Items (QTY 1) as specified below: (1) Backup Exec Windows NT/2000 V8.6IDR Option LE (A001157A-0LE000) Quantity 75, (2) Backup Exec Windows NT/2000 V8.6 Lotus Domino AG (A001186A-0LE000), Quantity 76, (3) Backup Exec Windows NT/2000 V8.6 ADV SRV ED LE (A00909A-0LE000) Quantity 5, (4) Backup Exec Windows NT/2000 V8.6 SRV ED LE (A00802A-0LE000) Quantity 75, (5) Backup Exec 8.6 ? MEDIA KIT NT/W2K 2 CD (N01824A) Quantity 2, (6) VIP Backup Exec NT/2000 8.6 Server to Advanced Server Ver. Upg Maintenance Adv. 12x5 ? 1 Year Level E W00909A-0LE112, Maintenance of the software is for 1 year, 12 hrs per day, 5 days a week. Quantity 5, (7) VIP Backup Exec NT/2000 8.6 Server Maintenance Adv. 12x5 ? 1 Year Level EW00802A-0LE112, Maintenance of the software is for 1 year, 12 hrs per day, 5 days a week. Quantity 75). (8) VIP Backup Exec NT/2000 8.6 Lotus Domino Agent Maintenance Adv. 12x5 1 Year Level E W01186A-0LE112, Maintenance of the software is for 1 year, 12 hrs per day, 5 days a week. Quantity 76. (9) VIP Backup Exec NT/2000 8.6 Disaster Recovery Option Maintenance Adv.12x5 ? 1 Year Level E W01157A-0LE112, Maintenance of the software is for 1 year, 12 hrs per day, 5 days a week. Quantity 75. The proposal along with completed representations and certifications is due by 26 August 2002. The Dynamic Pricing Event will be conducted on 04 Sept 2002. Offerors will be notified of the specific time prior to 04 Sept 2002. Please provide a final cost for the entire LOT I. Not withstanding FAR 52.215-5, Offerors will submit revised pricing only through the online mechanism supplied by Procuri.com. Offerors will not submit revised pricing via any other mechanism including but not limited to post, courier, fax, E-mail, or orally unless specifically requested by the Contracting Officer. Award is anticipated no later than 06 September 2002 with a required delivery date of 13 September 2002. FOB Destination to USDA/FAS/FAA/FTSS, 1400 Independence Ave SW, Ag Stop 1064, Room 6531-S, Washington, DC 20250-0585. Inspection and acceptance shall be made at destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (OCT 2000) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 EVALUATION?COMMERCIAL ITEMS (JAN 1999) does apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror who submits a quotation for these items at the lowest cost to the government. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ALT I -- COMMERCIAL (JUL 2002) with its quote. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (FEB 2002) is incorporated by reference and applies to this acquisition. The following addendum is added: YEAR 2000 COMPLIANCE (MAR 1999) (NAVAIR 5252.246-9503) (a) The Contractor shall ensure that all information technology, which will be required to perform date/time processing involving dates subsequent to December 31, 1999, shall: (1) be Year 2000 compliant or (2) if the Contracting Officer approves in writing, the identified information technology will be upgraded to be Year 2000 compliant prior to the earlier of: (I) the earliest date on which the information technology may be required to perform date/time processing involving dates later than December 31, 1999 or (ii) December 31, 1999; and (3) Describe existing information that will be used with the information technology to be acquired and identify whether the existing information is Year 2000 compliant. (b) ?Year 2000 compliant? means, with respect to information technology, that the information technology accurately processes date/time data (including but not limited to, calculating, comparing and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and lap year calculations, used in combination with the information technology being acquired, properly exchanges date/time data with it. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2002) applies to this acquisition. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C 3553). (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); (2) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), (3) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L 103-355, section 7102, and 10 U.S.C 2323)(if the offeror elects to waive the adjustment, it shall so indicate in its offer), Alternate I; (4) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (5) 52.222-26, Equal Opportunity (E.O. 11246); (6) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans (38 U.S.C. 4212); (7) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (8) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (9) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O.13126). (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components?(1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241). **End of clause** Offeror shall include a completed copy of the provision at FAR 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (NOV 1995) with its quote. DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2000) is incorporated by reference. The Contractor agrees to comply with the following list of DFARS clauses, which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components: (1) 252.225-7007, Buy American Act?Trade Agreements--Balance of Payment Program (41 U.S.C. 10a, -10d, 19 U.S.C. 2501-2518, and 19 U.S.C 3301 note), (2) 252.225-7012 Preference for Certain Domestic Commodities, and (3) 252.247-7023 Transportation of Supplies by Sea (Alternate I) (10 U.S.C. 2631). (b) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract, the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (10 U.S.C. 2241 note). The provision at 252.204-7004 Required Central Contractor Registration (MAR 2000) applies to this solicitation. THIS IS NOT A REQUEST FOR COMPETITIVE QUOTES FOR OTHER THAN VERITAS BRAND NAME ITEMS. Responsible interested parties may submit information in which they identify their interest and capability. Quote is due to Jason Lev, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 3:30 P.M. Eastern Standard Time, 26 September 2002. Facsimile proposals shall be accepted. For information regarding this solicitation or copies of FAR provision 52.212-3 and DFAR clauses 252.212-7000 contact Jason Lev, Code 251226, (ph) 301-995-8554 or via e-mail at levjj@navair.navy.mil. If an offeror is not able to contact the Contracting Office via e-mail, please fax correspondence/requests to the point of contact above @ facsimile (301-862-8670) or telephone (301-995-8554). **END SYNOPSIS/SOLICITATION #N00421-02-R-0281. **
 
Record
SN00139847-W 20020815/020813213736 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.