Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2005 FBO #1290
SOLICITATION NOTICE

D -- FlexFoundation Software Licence and Maintenance

Notice Date
6/6/2005
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
20012288
 
Response Due
6/10/2005
 
Archive Date
6/25/2005
 
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; quotations are being requested and a written solicitation package will not be issued. Solicitation number 20012288 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. This procurement is unrestricted. The associated North American Industry Classification System (NAICS) code is 511210 and the small business size standard is $21,000,000 annual revenue. The award will be made to one offeror who fully meets the requirements for providing FlexFoundation 2.0 CPU License and Maintenance. The offeror shall provide a quotation for the following contract line item number (CLIN): CLIN 001: five (5) FlexFoundation CPU License (per CPU). Standard, Perpetual License. Out Year Maintenance, Out Year Upgrades for one (1) base year and two (2) option years. MANDATORY REQUIREMENTS: To be eligible for award, the Contractor must be registered in Central Contractor Registration (CCR) System (www.ccr.gov.). The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government and price. Best value will be demonstrated first and foremost by technically meeting the aforementioned requirements and then price. The provisions at FAR 52.212-1, Instructions to offerors - Commercial, and FAR 52.212-2, Evaluation - Commercial Items, apply to this acquisition. Offerors shall include a fully executed copy of FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items applies to this acquisition. Per 12.603(b) the SF 1449 is not used. FAR clause 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.204-7 Central Contractor Registration; 52.216-24 Limitation of Government Liability; 52.216-25 Contract Definitization; 52.225-1 Buy American Act ? Supplies; 52.225-5 Trade Agreements; 52.225-13 Restrictions on Certain Purchases; 52.232-33, Payment of Electronic Funds Transfer Central Contractor Registration; 52.233-4 Applicable Law for Breach of Contract Claim. Offerors not in possession of the above references clauses and provisions in full text may obtain a copy via the INTERNET at http://www.arnet.gov or by contacting the contract specialist. All responsible sources who can provide the above requirements shall submit written quotations no later than 5 days from the posted date of this announcement. The government intends to award a firm fixed price order. All quotes must include price(s); FOB point if applicable; a POC (name and telephone number); GSA number if applicable; business size and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. All questions must be submitted in writing and received by facsimile at (202) 344-1190 or email joshua.wilcox@dhs.gov.
 
Place of Performance
Address: National Data Center, 7501 Boston Blvd., Springfiled, VA
Zip Code: 22153
Country: USA
 
Record
SN00823084-W 20050608/050606211515 (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.