Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2005 FBO #1270
SOLICITATION NOTICE

D -- NotifyLink Software License Fee Renewal

Notice Date
5/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
519190 — All Other Information Services
 
Contracting Office
General Accounting Office, Acquisition Management, Acquisition Management, 441 G Street, NW, Washington, DC, 20548
 
ZIP Code
20548
 
Solicitation Number
OAM--2005-N-022
 
Response Due
6/1/2005
 
Description
PART 12: U.S. Government Procurements SUBPART: Information Technology Services CLASSCODE: D- Information Technology Services, Including Telecommunication Services OFFICE ADDRESS: U.S Government Accountability Office, Acquisition Management, 441 G Street, NW Room# 6B46, Washington, DC. 20548 SUBJ: D- NotifyLink Software License Fee Renewal SOLICITATION: OAM-2005-N-022 DUE: 06-01-2005 POC: Deja Craddock, Contract Specialist, (202) 512-9078 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. This is a Request for Proposals (OAM-2005-N-022). This combined synopsis/solicitation is organized into six parts: 1) General Requirements; 2) Basis of Brand Name; 3) Clause Supplements; 4) Cost Proposals; 5) Technical Evaluation and Award; 6) Point of Contact. 1. GENERAL REQUIREMENTS: GAO seeks quotes on an open market basis for continuing use of its installed base of NotifyLink Enterprise Server Software for GroupWise. The manufacturer of this software is Notify Technology Corporation, San Jose, CA. Specific contact and product information may be found at www.Notifylink.com. This software is licensed on an annual basis. License fees comprise an annual amount per user for a total of 350 users. The period of performance is January 1, 2006 through December 31, 2006, and up to four option years. 2. BASIS OF BRAND NAME: The basis of the Brand Name Justification is FAR 6.302-1. GAO acquired 350 licenses in FY2004 of NotifyLink Enterprise Server Software for GroupWise in order to provide GroupWise email, contact, and task synchronization with wireless devices owned by GAO, and has subsequently deployed NotifyLink enabled devices to selected staff throughout the enterprise. GAO is not aware of any other technical solution that can be immediately deployed that would not involve acquisition of newer Java-enabled devices or specialized security solutions, both of which are not contemplated in the term of this contract. Operationally, NotifyLink remains the only solution to maintain continuing GroupWise synchronization. 3. CLAUSE SUPPLEMENTS: The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this solicitation and are incorporated by reference. FAR 52.212-1- Instructions to Offerors (Commercial Items). Offerors must include a completed copy of FAR provision 52.213-3- Offeror Representations and Certifications (Commercial Items) with their offer. FAR 52.212-5- Contract Terms and Conditions Required to Implement Statues or Executive Orders (Commercial Items). FAR 52.212-4-Contract Terms and Conditions (Commercial Items); LATE PROPOSAL CLAUSE: (A) Any proposals, modifications, or revisions, received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ?late? and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late proposal would not unduly delay the acquisition; and (1) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of proposals and was under the Government?s control prior to the time set for receipt of proposals; or 2) It is the only proposal received, (B) If the proposals, modification or revision was transmitted through electronic commerce method authorized by the solicitation, such transmission shall be deemed late unless it was received at the initial point of entry to the Government installation not later than the exact time specified for receipt of proposals. (C) However, a late modification of an otherwise successful proposal that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (i) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the proposal wrapper, electronic records, and other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (ii) If an emergency or unanticipated event interrupts normal Government processes so that proposals cannot be received at the office designated for receipt of proposals by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (iii) Proposals may be withdrawn by written notice received at any time before award. Oral proposals in response to oral solicitations may be withdrawn orally. 4. COST PROPOSALS: An official authorized to bind the offeror must sign the proposal. Offerors must also complete the required representation and certifications. Failure to furnish the required representation and certification or rejection of the terms and conditions of the solicitation may exclude your offer from consideration. The total amount for each year (base and each option period) and a grand total amount for the base and all option periods should be provided. The Period of Performance is as follows: Base Year: January 1, 2006 through December 31, 2006; Option Year 1: January 1, 2007 through December 31, 2007; Option Year 2: January 1, 2008 through December 31, 2008; Option Year 3: January 1, 2009 through December 31, 2009; Option Year 4:January 1, 2010 through December 31, 2010. 5. TECHNICAL EVALUATION AND AWARD: This is not a best value procurement. GAO intends to make an award to the technically acceptable, responsible offeror who has the lowest total price. If the offeror is other than the manufacturer, then documentation must be provided showing that the offeror is authorized to resell the NotifyLink product. 6. POINT OF CONTACT: The point of contact for this requirement is Deja Craddock, Contract Specialist, Telephone No is (202) 512-9078; FAX No is (202) 512-3999; E-mail Address: craddockd@gao.gov. (A) Proposal Due Date: Proposals are due in this office no later than 2:00 p.m. (EST) June 1, 2005. (B) Delivery Options: The offerors are urged to send proposals electronically by email or hardcopy by FEDEX only to insure safe and timely delivery. Due to the current mail situation and the extra time needed to process incoming deliveries (mail/ documents/ packages), the only acceptable methods in delivering proposals to GAO are e-mail, fax and Federal Express (FEDEX) delivery service. United States Postal Service (USPS) and hand carried deliverables by a company other than FEDEX are not acceptable methods for deliveries for this requirement at this time. GAO cannot guarantee that FEDEX deliveries will reach the addressee prior to the closing of the RFP unless the delivery is FEDEX priority overnight two business days prior to the closing date of the RFP. Documents and correspondence including technical and cost proposals can be submitted electronically. All proposals must be received on or before the stated due date and time (also, see the Late Proposal Clause under Section 3 of the document). All correspondence should be directed to the attention of Deja Craddock (Contract Specialist) at e-mail address - craddockd@gao.gov or faxed to 202-512-3999. The address to which your hand carried FEDEX deliverables should be submitted is: U.S. Government Accountability Office, Acquisition Management, 441 G Street, NW, Room 6B46, Washington, DC. 20548, Attn: Deja Craddock, RFP No. OAM-2005-N-022. NOTE: Again, electronic submissions of proposals are permitted and must be sent to Deja Craddock at e-mail address (craddockd@gao.gov). All proposals must be received on or before the stated due date and time (also, see the Late Proposal Clause under Section 3 of the document).
 
Place of Performance
Address: U.S. Government Accountability Office,, Acquisition Management,, 441 G Street, NW, Washington, DC
Zip Code: 20548
Country: United States
 
Record
SN00809808-W 20050519/050517212707 (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.