Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2007 FBO #2215
MODIFICATION

D -- EMC CAPTIVA SOFTWARE LICENSE and MAINTENANCE

Notice Date
12/18/2007
 
Notice Type
Modification
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710, UNITED STATES
 
ZIP Code
20415-7710
 
Solicitation Number
OPM0408Q-0005
 
Response Due
1/4/2008
 
Archive Date
1/19/2008
 
Point of Contact
Chrissandra Smith, Contract Specialist, Phone 202-606-4056, Fax null
 
E-Mail Address
Chrissandra.Smith@opm.gov
 
Description
Contracting Office Address: The U.S. Office of Personnel Management 1900 E Street, NW, Suite 1342 Washington, D.C. 20415 REQUIREMENT: This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This solicitation is issued as a Request For Quotations (RFQ) number OPM0408Q-0005, and incorporates Federal Acquisition Regulation provisions and clauses as amended in FAC 2005-16, effective on August 17, 2007. The applicable North American Industry Classification (NAICS) code is 811212, with a small business size standard of $23 Million. This solicitation is Full and Open Competition. Type Contract: A Firm Fixed Price (FFP) contract is used for this award. The solicitation is posted as an attachment. If you are unable to open/and or see the attachment, please email Chrissandra.Smith@opm.gov ************************************************************************************************************************************ The following Combined Sysnopsis/Solicitation is hereby amended as follows: 1)The proposal submission is hereby adding to the original combined synopsis/solicitation posted on December 14, 2007. Response to this requirement remains January4, 2008, at 3:00 pm. Email responses to: Chrissandra.Smith@opm.gov. 2)The solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 05-20 dated September 6, 2007. 3)All offerors shall submit Representations and Certifications, Commercial Items. 4)Offerors are invited to submit a Firm Fixed Price (FFP), quotation response for deliverables. 5)OPM will evaluate all quotes to determine price reasonableness, and past performance to meet objectives in the scope of this RFQ. A FFP Purchase Order will be awarded to the vendor whose responsive quote offers the best value to the OPM Contracting Office. TERMS AND CONDITIONS: Quotations shall also include the following information: 1. RFQ number. 2. Time specified for receipt of offers. 3. Name, address, and telephone number of offeror. 4. Warranty terms. 5. Price for each line item in the requirement given above and any discount terms. 6. Delivery timeframe. 7. A completed copy of the representations and certifications at FAR 52.212-3. 8. Prospective contractors must be registered in the Central Contractor Registration database. Information regarding CCR requirements may be obtained at www.ccr.gov or by calling 1-888- 227-2423. 9. The Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. 10. Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt shall not be considered. 11. Award evaluation shall be in accordance with FAR 13.106-2 and shall be based on price, warranty, delivery terms, and other factors that provide the best value to the Government. Please note: All vendors holding GSA FSS Schedule contracts must offer prices equivalent to or discounted from the prices offered on their GSA contracts. All responsible 8(a) sources may submit a quotation, which, if received prior to the expiration of the deadline, shall be considered by this agency. This solicitation will be posted on the Federal Business Opportunity (FBO) Internet website only. Offers that fail to furnish the required information and representations, or those who reject the terms and conditions of the solicitation may be excluded from consideration. The following clauses and provisions apply to this acquisition: Incorporated by reference are FAR 52.212-1, Instructions to Offerors-Commercial Items (to be submitted with quote); FAR 52.212-2, Evaluation ?Commercial Items; FAR 52.212-3 Offeror Representations and Certifications ?Commercial Items (Nov 2006). An offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision and FAR 52.212-4, Contract Terms and Conditions-Commercial Items. Commercial Items FAR and 52.212-5, Contract Terms and Conditions-Commercial Items Required to Implement Statutes or Executive Orders-Commercial Items are incorporated by full text: FAR 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78; FAR 52.222-3 Convict Labor; 52.222-35 Equal Opportunity 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; 52.225-1 Buy American Act-Supplies; 52.232-26 Payment by Third Party; FAR 37.107, 1965 The Service Contract Act of 1965 (41 U.S.C. 351-357) provides for minimum wages and fringe benefits as well as other conditions of work under certain types of service contracts. The full text of the FAR references may be accessed electronically at website: http://ww.acqnet.gov. The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American Act?Free Trade Agreements?Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms ?Bahraini an end product,? ?component,? ?domestic end product,? ?end product,? ?foreign end product,? ?Free Trade Agreement country,? and ?United States? are defined in the clause of this solicitation entitled ?Buy American Act?Free Trade Agreements?Israeli Trade Act.? (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian or Moroccan end products) or Israeli end products as defined in the clause of this solicitation entitled ?Buy American Act?Free Trade Agreements?Israeli Trade Act?: Free Trade Agreement Country End Products (Other than Bahrainian or Moroccan End Products) or Israeli End Products: Line Item Number and Country of Origin (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled ?Buy American Act?Free Trade Agreements?Israeli Trade Act.? The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products. Other Foreign End Products: Line Item Number and Country of Origin. (h) Certification Regarding Debarment, Suspension or Ineligibility for Award (Executive Order 12689). The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals? (1) Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; and (2) Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and (3) Are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses. (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed end products and Listed Countries of Origin NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-DEC-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/OPM/OCAS/CD/OPM0408Q-0005/listing.html)
 
Place of Performance
Address: WASHINGTON DC
Zip Code: 20415
Country: UNITED STATES
 
Record
SN01472729-F 20071220/071218230333 (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.