Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2003 FBO #0547
SOLICITATION NOTICE

70 -- Enterprise License Agreement

Notice Date
5/28/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Securities and Exchange Commission, Procurement and Contracts Branch, Procurement and Contracts Branch, 6432 General Green Way, MS 0-20, Alexandria, VA, 22312
 
ZIP Code
22312
 
Solicitation Number
SECHQ1-03-Q-0055
 
Response Due
6/10/2003
 
Archive Date
6/12/2003
 
Point of Contact
Nadine Hughes, Procurement Agent, Phone (202) 942-4998, Fax (703) 914-9226, - Nadine Hughes, Procurement Agent, Phone (202) 942-4998, Fax (703) 914-9226,
 
E-Mail Address
hughesn@sec.gov, hughesn@sec.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation Number SECHQ1-03-Q-0055 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-13. This RFQ is issued under full and open competition and is unrestricted. The applicable NAICS is 511210 and the small business size standard is $21.0M. The Securities and Exchange Commission (SEC) has a requirement to procure the following "BRAND NAME ONLY" products: CLIN 0001: Desktops, Component Description (listed languages), Desktop Pro Listed Languages/Part No: A07-00043, Qty. 4300 which includes Windows Pro Upg/SA, Office Pro L/SA, Core Cal L/SA, Core CAL includes Win Svr CAL, SMS CAL, Exchange CAL and Sharepoint CAL; CLIN 0002: Servers: (3 years Software Assurance), Windows Svr L/SA Edition/Part No: C11-02264, Qty. 200; Windows Svr Advanced Edition L/SA/Part No: C10-01163, Qty. 12; Exchange Svr Enterprise L/SA/Part No: 395-02611, Qty. 17; Sharepoint Portal Svr L/SA/Part No: 534-02123, Qty. 1; SMS L/SA/Part No: 271-01147, Qty. 15; SQL Svr Std Edtn L/SA per Proc/Part No: 228-01721, Qty. 12; MOM L/SA/Part No: L09-00042, Qty. 1; CLIN 0003: Applications: (3 Years Software Assurance), FrontPage L/SA/Part No: 392-02065, Qty. 15; Project Std L/SA/Part No: H30-00235, Qty. 200; Project Server L/SA/Part No: H22-00478, Qty. 1; Publisher L/SA/Part No: 164-02595, Qty. 20; Visio Pro L/SA/Part No: D87-01251, Qty. 30; MSDN Universal License & Software Assurance/Part No: 534-02123, Qty. 2; Technet Plus Single Svr Win32 Listed Languages Lic/SA Pack MV/Part No: R10-00017, Qty. 1. The following price proposals shall be quoted with pricing for a Base Year, Option Year 1 and Option Year 2. In order to maintain compatibility among all existing equipment, the Government must procure these brand name items. This will be awarded on an all or none basis as a firm-fixed price contract. The Government will consider on June 10, 2003, all proposals received by 12:30 PM Eastern Standard Time. Technical capability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the interested party to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. The Government will not pay for any information received. The contractor shall deliver CLINs 0001 thru 0003 to: U.S. Securities and Exchange Commission, 6432 General Green Way, Attn: Linda Delph, Alexandria, VA 22312 upon award, with anticipated award date June 13, 2003. Inspection and acceptance shall be made at destination, FOB 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 Clauses and provisions that apply to this acquisition can be obtained from the website http://www.arnet.gov/far/. 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 offeror shall provide backup information verifying the price offered; e.g. a copy of current catalog, invoices for the same equipment, etc. The offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2002) with its proposal. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2002) are incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2002) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 52.203-3 Gratuities, 52.203-6 Restriction on Subcontractor Sales to the Government; 52.203-7 Anti-Kickback Procedures; 52.222-3Convict Labor; 52.222-26 Equal Opportunity; 52.222-36;Affirmative Action for Handicapped Workers; 52.222-41Service Contract Act of 1965; 52.223-6 Drug Free Workplace; 52.225-3 Buy American Act-Supplies; 52.227-3 Patent Indemnity; 52.232-1 Payments; 52.232-8Discounts for Prompt Payment; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-1 Disputes; 52.233-3 Protest After Award; 52.243-1 Changes-Fixed Price; 52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Form). Offers are due to P&C, Nadine Hughes, Fax Number (703) 914-9226 or email hughesn@sec.gov by 12:30 P.M. Eastern Standard Time, June 10, 2003. All responsible sources may submit a proposal, which shall be considered by the agency. For information regarding this solicitation contact Nadine Hughes via phone (202) 942-4998, fax (703) 914-9226, or e-mail hughesn@sec.gov.
 
Place of Performance
Address: SEC, 6432 General Green Way, Infrastructure Support Branch, Linda Delph, Alexandria,VA 22312.
Zip Code: 22312
Country: United States
 
Record
SN00333744-W 20030530/030528213708 (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.