Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2007 FBO #2070
MODIFICATION

70 -- Sybase Software Maintenance

Notice Date
7/26/2007
 
Notice Type
Modification
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KQ), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5022, UNITED STATES
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-07-R-0015
 
Response Due
8/10/2007
 
Archive Date
8/25/2007
 
Point of Contact
Jennifer Gasparich, Contract Specialist, Phone 618-256-9940, Fax 618-256-5724,
 
E-Mail Address
jennifer.gasparich@scott.af.mil
 
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 and a written solicitation will not be issued. It is the intent of the AMC Contracting Branch to award a sole source fixed priced contract to one vendor to provide support services in accordance with the AMC/A6IM, Sybase Licensed Maintenance and Support Performance Work Statement (PWS). The PWS details the effort to be accomplished. The AMC Specialized Contracting Branch intends to solicit and negotiate with only one source, Sybase, Inc. 61 Virginia Road, Concord, MA 01742, under the authority, 10 USC 2304(c)(1) as implemented by FAR 6.302-1(a)(2)(iii); Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. This notice of intent is not a request for competitive proposals. The resultant contract will be firm fixed price with a base performance period of 1 Oct 07 - 30 Sep 08 with four (4) one (1) year option periods. Verbal requests will not be acted upon. The North American Industry Classification System (NAICS) Code is 511210 and the small business size standard is $23M. Please identify your business size in your response based upon this standard. The solicitation number for this announcement is Request for Proposal (RFP) FA4452-07-R-0015. The CLIN structure is as follows: CLIN 0001: Sybase Licensed Software Maintenance and Support 1 October 2007 through 30 September 2008 CLIN 1001: Sybase Licensed Software Maintenance and Support 1 October 2008 through 30 September 2009 CLIN 2001: Sybase Licensed Software Maintenance and Support 1 October 2009 through 30 September 2010 CLIN 3001: Sybase Licensed Software Maintenance and Support 1 October 2010 through 30 September 2011 CLIN 4001: Sybase Licensed Software Maintenance and Support 1 October 2011 through 30 September 2012 Award will be made based on price evaluation of the proposal. The offeror is asked to submit with their proposal the current GSA scheudle prices, applicable discounts applied and the escalation factors used in price determination. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-17. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Offerors are required to submit with their offer a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, or provide notification that their Representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. The following clauses also apply: FAR 52.204-7 Central Contractor Registration 52.212-4, Contract Terms and Conditions--Commercial Items, 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-27; Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.217-5 Evaluation of Options 52.217-9 Option to Extend the Term of the Contract DFARS: 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea apply to this acquisition. AFFARS: 5352.242-9000 ? Contractor Access to Air Force Installations 5352.201-9101--Ombudsman applies to this acquisition. This is a DO rated order under the Defense Priorities and Allocations System (DPAS). Wide Area Workflow procedures shall be used for invoicing and acceptance on this requirement. A draft copy of the PWS is available upon request. All offers are due to this agency no later than 1:00 p.m., Central Daylight Time (CDT), 10 August 2007. Send all offers to Jennifer Gasparich, 507 Symington Dr. Rm W202, Scott AFB, IL 62225-5022, or by facsimile to 618-256-5724, or e-mail to Jennifer.Gasparich@scott.af.mil. To view the clauses in full text, visit www.acqnet.gov/far or farsite.hill.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-JUL-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-07-R-0015/listing.html)
 
Place of Performance
Address: Various - See PWS
Zip Code: 62225-5015
Country: UNITED STATES
 
Record
SN01354150-F 20070728/070726230422 (fbodaily.com)
 
Source
FedBizOpps 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.