Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2004 FBO #0893
SOLICITATION NOTICE

D -- Software Maintenance

Notice Date
5/5/2004
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service(10FT), 400 15th Street S.W., Auburn, WA, 98001-6599
 
ZIP Code
98001-6599
 
Solicitation Number
A4H17M8008
 
Response Due
5/11/2004
 
Archive Date
5/26/2004
 
Point of Contact
Jennifer Stewart, Computer Specialist Associate, Phone 253-931-7479, Fax 253-876-7179, - Jennifer Stewart, Computer Specialist Associate, Phone 253-931-7479, Fax 253-876-7179,
 
E-Mail Address
jennifer.stewart@gsa.gov, jennifer.stewart@gsa.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 22 dated 4/05/2004. DESCRIPTION: The offeror shall provide software maintenance renewal service. The service is for one year from the date of issue of the purchase order. Delivery/Acceptance point is Puget Sound Naval Shipyard, Bremerton, WA 98314-5000. The Government intends to negotiate and award a sole source purchase order for UGS/PLM Software Maintenance Renewals under the authority of FAR 13.501. Only one responsible source and no other supplies or services will satisfy agency requirements due to the continued need to develop a highly specialized piece of equipment. This request is considered to be sole source to UGS/PLM Solutions or other distributors of their products. All responsible sources may submit a quotation, which shall be considered by the GSA. FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) Total Proposed Price, inclusive of warranty price ? most advantageous price considering all other factors (2) Schedule - ability to meet or exceed required delivery dates; (3) Past Performance - ability to consistently deliver and maintain quality products and technical support in a timely manner. Evaluation criteria are listed in descending order of importance. The Offeror shall provide a minimum of 2 references to which the same or similar products and services have been delivered within the last 2 years. References shall include the product/services delivered, contract number, date of contract award, contracting office point of contact, technical office point of contact, current telephone and fax numbers for both, and statement regarding problems with the product/services, contract and/or delivery. The offeror shall submit their latest published price list of the software maintenance services. Alternative proposals which offer other than the software listed shall articulate the value added, risk inherent, and risk mitigation. Offerors shall include a fully completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition. To obtain a breakdown of UGSPLM Software Product Descriptions and copies of FAR 52.212-3 (Reps and Certs), FAR 52.212-4, and FAR 52.212-5, contact Jennifer Stewart via email at Jennifer.stewart@gsa.gov or visit GSA?s IT Solutions Shop at https://it-solutions.gsa.gov under the reference order I.D. number A3H17M8008. All Contractors who want to submit a proposal are required to be registered in IT Solutions Shop (ITSS). Please contact ITSS at 1-877-243-2889 or visit the web site at https://it-solutions.gsa.gov to register. Contractor must be registered in ITSS by the closing date of this posting. All proposals submitted must reference A4H17M8008. Offers sent via the US Postal Service or other delivery services should be mailed to General Service Administration, FTS Region 10, Attn: Ms. Jennifer Stewart - Phone (253) 931-7479, 400 15th Street SW, Auburn, WA 980001-6599. Quotes can also be hand carried to the above address and point of contract during normal business hours. Quotes may be submitted by facsimile to (253) 876-7179, through GSA?s ITSS web site, or by e-mail to jennifer.stewart@gsa.gov. It is the responsibility of the Offeror to ensure receipt of the entire proposal to include supporting data (published price lists, past performance information, and the offeror?s Representations and Certification (FAR 52.212-3)) are received no later than 3:00 P.M., PST, 12 May 2004. The point of contact for information regarding this acquisition is Mr. Mark Hendrickson at (360) 830-0798, e-mail at mark.hendrickson@gsa.gov. Numbered note 1 is applicable to this acquisition.
 
Place of Performance
Address: Puget Sound Naval Shipyard, Bremerton, WA
Zip Code: 98314
Country: USA
 
Record
SN00580660-W 20040507/040505212453 (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.