Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2004 FBO #1020
SOLICITATION NOTICE

D -- Microsoft Office 2002 Educational Institutional Software Licenses

Notice Date
9/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
Reference-Number-HU0001-04-T-MEEC
 
Response Due
9/17/2004
 
Archive Date
10/2/2004
 
Point of Contact
Anthony Revenis, Director, Contracting, Phone 301-295-3068, Fax 301-295-1716, - Anthony Revenis, Director, Contracting, Phone 301-295-3068, Fax 301-295-1716,
 
E-Mail Address
arevenis@USUHS.mil, arevenis@USUHS.mil
 
Description
The Uniformed Services University of the Health Sciences (USUHS), Bethesda, MD., the DoD Medical School and Health Sciences University, intends to procure on a sole source basis from the University System of Maryland (USM) and the Maryland Education Enterprise Consortium (MEEC) educational institution software licenses to Microsoft Office 2002. The MEEC license supports over 2000 facutly, staff and students of the University. The USUHS is a participating member in the consortium and significant cost savings are incurred through this membership. The annual membership participation agreement also allows for purchases of other Microsoft products through authorized participating vendors at a significant cost savings. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 the Federal Acquisition Regulation (FAR) Part 12, Commercial Acquisitions and FAR part 13.5 supplemented with additional information included in this notice. This announcement constitutes the solicitation; proposals are being requested and a written solicitation will not be issued. This notice is being used as request for Quotes for three Contract Line Item Numbers (CLIN?s): CLIN 0001, Qualified Desktop License Agreement for IBM PC?s, Qty: 1,233 Ea. CLIN 0002, Qualified Desktop License Agreement for MAC PC?s, Qty: 189 Ea.; CLIN 0003, MEEC Enrolled Student Licenses, Qty: 853 Ea. DELIVERABLES: The license agreements for all line items shall be delivered to the University Information Systems Directorate, USUHS, Bethesda, MD 20814-4799, FOB: Destination within 90 days after receipt of order. PACKING and SHIPPING: Any items requiring packing and shipping shall have the mailing label addressed as follows: USUHS (complete address) and the contract number (named at the time of award). DOCUMENTATION: Certified MEEC/Microsoft licenses documentation shall be provided for all licenses. WARRANTY: A standard commercial warranty shall be provided for the software and equipment. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial 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. The provision of FAR 52-212-1, Instruction to Offerors - Commercial Items and 52.211-6, Brand Name or Equal, applies to this acquisition. The provision of FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Any resulting order will be issued to the successful contractor offering the best value to the Government, price and other factors considered. Factors that will be considered are Technical capability and price. Technical capabilities are significantly more important than price. Failure to provide the information relative to each evaluation factor may render offer non-responsive. 1) TECHNICAL CAPABILITY: Technical capability will be based on product literature, technical features and/or warranty provisions. Each offeror is required to submit licensing (if applicable), descriptive literature, or other documentation, manufacturer or brand name and model of the item, and show how the offered product meets or exceeds the requirements as specified in the Specifications. 2) PRICE. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature and drawings detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52.225-3, Buy American Act Supplies (JAN 1994); 52.225-13 Restrictions on certain Foreign Purchases (FEB 2000); 52.225-21, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program (JAN 1997); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999); 52.239-1, Privacy or Security Safeguards (AUG 1996). ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. As of 31 May 1999 all Contractors must be registered in the Central Contractor Registration (CCR) Database as a condition for contract award. Contractors may register in the CCR through the World Wide Web at http://www/acq/osd.mil/ec or call the DOD Electronic Information Center at 1-800-334-3414.
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, MD
Zip Code: 20814-4799
Country: USA
 
Record
SN00669324-W 20040911/040909213215 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.