Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2007 FBO #2128
MODIFICATION

70 -- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR SERENA DIMENSIONS PRODUCTS

Notice Date
9/20/2007
 
Notice Type
Modification
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (2TS), 26 Federal Plaza, Room 1809, New York, NY, 10278, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
4QEF17075513
 
Response Due
9/21/2007
 
Point of Contact
Edward Lew, Senior Contracting Officer, Phone (212) 264-4782, Fax (212) 264-6012, - Rick Yao, Contract Specialist, Phone 212-264-8345, Fax 212-264-6012,
 
E-Mail Address
edward.lew@gsa.gov, rick.yao@gsa.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, in conjunction with FAR 13.5, as applicable, 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. The solicitation number is 4QEF17075513 and is issued as an request for quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-17. The associated North American Industrial Classification System (NAICS) codes for this procurement are 511210, 541519, 611420 with a small business size standard of 1,000 employees. The solicitation will start on the date this solicitation is posted and will end on 2007-09-21 12:00:00 Eastern time. FOB Destination shall be the place of delivery and acceptance as follows: U.S Navy : DCGS, Attn/POC: Mike Loomis, 15059 Conference Center Drive, Suite 150, Chantilly, VA 20151. Delivery Date: NLT September 30, 2007. The GSA FTS Region 4 requires the following items, Exact Match Only, to the following: Line item, part number, description, type, quantity: Item Part # Description Type Quantity 1 T-DIM-FUND Dimensions Fundamentals (Includes Introduction, change, and version) Duration - 4 days TR 2 2 T-DIM-CONF-AD MIN Dimensions Configuration and Admin - Classroom - Course Duration 5 days TR 2 3 DIM-WIN-CON Dimensions CM for Windows - Concurrent LIC 6 4 DIM-WIN-CON-M Maintenance for Dimensions CM for Windows - Concurrent MNT 6 5 CM-CONS-II Serena Certified CM Consultant (price per day) SVC 30 6 Travel Travel and Living Expenses, Billed as incurred per the JTR. All travel receipts must be submitted upon invoicing. Other 1 This is a new acquisition. The class listed on line item #1 is available 10/2-10/5 in Herndon, VA; the attendees will be Kathy Crews and Bonnie Hallsworth (see link below). The class listed on line item #2 is available 10/9-10/12 in Herndon, VA; the attendees will be Kathy Crews and Bonnie Hallsworth (see link below). http://www.serena.com/services/education/course-catalog.html - make sure you view by location. Line item #3 of this requirement is a deliverable. This licensing will be sent electronically and should go to Kathy Crews at kcrews@dcgsn.org; she will need the licensing to be able to download the software via the web. Failure to comply with the below instructions may result in quote being determined as non-responsive. Vendors / sales agents submitting quotes MUST BE registered in ITSS (IT Solutions Shop) at https://web1.itss.gsa.gov/Login. If vendor registration assistance is needed, please contact 877.243.2889 Option 2. Company must be registered on DOD's Central Contractor Registry (CCR). Website is http://www.ccr.gov. Quote must include proof of CCR registration. New equipment ONLY, NO remanufactured products, and NO "gray market". ALL MUST BE COVERED BY THE MANUFACTURER'S WARRANTY. Proof will be requested that all items in the bill of materials are covered by the manufacturer's warranty Bid MUST be good for 30 calendar days after submission. IAW with FAR 52.212-2, the Government has outlined the evaluations criteria below. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (in order of preference): 1) Price 2) Delivery Date & Past Performance Price is considered very important in the selection of a vendor. However, the Government will trade-off non-price factor(s) as identified herein. The non-price factors to be considered for this procurement are delivery date and past performance. The vendor must be able to deliver and invoice by the above referenced date. In reviewing past performance, the government may review formal data bases, but also may place reliance on the contracting officer's knowledge of and previous experience with the supply or service being acquired or other information available. Quote in accordance with the requested specifications. If an item has been discontinued or is end of life, annotate quote referencing as such then quote an equal or better replacement for the item. Quote is to include all fees for shipment (FOB destination). Provide on quote the estimated ETA, number of days, delivery can be expected after receipt of purchase order. No partial shipments unless specifically authorized at time of award. Vendors must have unescorted access to the U.S Navy : DCGS. All services and products provided in response to this requirement shall comply with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) and the Architectural and Transportation Barriers Compliance Board Electronics and Information Technical (EIT) Accessibility Standard (36 CFR part 1194). Quote must include statement addressing compliance or noncompliance with Section 508. Quote must include verification that the product and/or services have been evaluated and validated by the NSA or in accordance with NSA-approved processes in accordance with Defense Confidentiality DCAS-1 (see also DODI 8500.2, February 6, 2003). - Invoicing must be submitted via ITSS. When submitting invoice, invoice must include ONLY the line items quoted. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, via the ORCA website (http://orca.bpn.gov) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Desired delivery (If delivery is required): Delivery of commodity items for the DoD must be completed in full no later than September 30, 2007. Upon delivery, all shipping documents and equipment containers will include GSA-IT order number and/or Act number. Vendors must have unescorted access to the U.S Navy : DCGS. (SEE ATTACHED DOCUMENT FOR COPY OF THIS ANNOUNCEMENT.) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-SEP-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-SEP-2007. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: 15059 Conference Center Drive, Suite 150,, Chantilly, VA
Zip Code: 20151
Country: UNITED STATES
 
Record
SN01415606-W 20070924/070922232039 (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  © 1994-2020, Loren Data Corp.