Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2008 FBO #2483
SOLICITATION NOTICE

70 -- Ecora Auditor Professional Renewal Maintenance and Support

Notice Date
9/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of Energy, Federal Locations, All DOE Federal Contracting Offices, PO Box 5400 Albuquerque, NM
 
ZIP Code
00000
 
Solicitation Number
DE-RQ52-08NA29066
 
Response Due
9/23/2008
 
Archive Date
3/23/2009
 
Point of Contact
Leticia Potts, Contracting Officer, 505-845-4371,lpotts@doeal.gov;Leticia Potts, Contract Specialist, 505-845-4371,<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for brand name commercialitems 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. Responses shall reference "Request for Quote No. DE-RQ52-08NA29066. The Department of Energy, National Nuclear Security Administration (DOE NNSA) intends to procure Ecora Auditor Professional Renewal Maintenance and Support. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This acquisition is a 100% small business set-aside. Offerors responding should indicate whether or not they are a small business, small woman-owned business, small disadvantaged business, veteran owned small business, service disabled veteran owned small business, 8(a) business, or HUBZone. The North American Industry Classification System (NAICS) Code is 541519 with a corresponding qualifying business size standard of $25 million dollars. BRAND NAME JUSTIFICATION: The NNSA is restricting consideration for this requirement to items peculiar to one manufacturer as identified. The items listed are essential to the NNSAs requirements. In accordance with FAR 6.302-1(c) and 5.102(a)(6), the NNSA has attached the Justification for Other than Full and Open Competition (JOFOC) for this requirement, attachment 1. The Government intends to award one Firm-Fixed Price Contract for the following contract line item (CLIN) manufactured by ECORA: CLIN 0001 Quantity: 201 Part Number: AP-MR-STD Description: Auditor Professional Renewal maintenance and support - Standard 8-8 EST M-F Coverage - Windows. Period of Performance: September 28, 2008 through September 27, 2009 Offerors shall include specified brand name, part number, a full item description, and estimated delivery date for the item offered. The quote shall address those items listed in FAR 52.212-2, EvaluationCommercial Items (TAILORED) below. Delivery Address: U.S. DOE/NNSA/ITD/Alesia Bell Pennsylvania & K Streets KAFB East Warehouse Bldg. 20397, 505-845-5859 Albuquerque, NM 87185-5400 A. The following provisions and clauses (Federal Acquisition Regulations (FAR) and local) apply to this procurement: 1. FAR 52.212-1, Instructions to Offerors Commercial Items 2. FAR 52.212-2, EvaluationCommercial Items (TAILORED): FAR 52.212-2, EvaluationCommercial Items is hereby tailored as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, provides best value and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Socio-Economic Status: Quotations from Offerors that qualify as a small business will be evaluated and those that do not qualify as a small business will not be evaluated. (ii) Technical Acceptability: Failure to confirm offering the specified brand name and part number with sufficient information for evaluation constitutes non-responsiveness. Such an offer may not be considered. (iii) Price: will be considered in determining best value. Technical Acceptability is equal to price 3. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. A completed copy of this clause must accompany your solicitation response unless a current copy resides online at https://orca.bpn.gov/. 4. FAR 52.212-4, Contract Terms and Conditions-Commercial Items: 52.212-4, Contract Terms and Conditions -- Commercial Items is hereby tailored as follows: (a) The place of inspection, acceptance, and FOB is Albuquerque, NM 87185-5400. 5. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items [in paragraph (b) the following clauses apply: 52.219-6; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.222-50; 52.223-15; 52.225-13; 52.232-33]; 6. G004 BILLING INSTRUCTIONS (OTHER THAN COST-REIMBURSEMENT TYPE CONTRACTS) (Feb 2005) (a) The following instructions are provided for submission of vouchers requesting reimbursement. The submission of vouchers electronically will reduce correspondence and other causes for delay to a minimum and will facilitate prompt payment to the Contractor. (b) Vendors shall submit invoices electronically through the Oak Ridge Financial Service Center's (ORFSC) Vendor Inquiry Payment Electronic Reporting System (VIPERS). VIPERS allows vendors to check the payment status of any invoice submitted to the DOE. To obtain access to and use VIPERS, please visit the web page at http://finweb.oro.doe.gov/vipers.htm. Detailed instructions on how to enroll and use the system can be found in the 'Electronic Invoice Instructions' document under the 'Document Links' section on the web page. (c) Each invoice shall include the following: (1) contract number; (2) contractor name; (3) date of invoice; (4) invoice number (invoices shall be sequentially numbered); (5) total amount of invoice; (6) period covered or items delivered; and (7) cumulative amount invoiced to date. (d) Delivery Payments Payments made under this contract shall be considered Delivery Payments as defined in FAR 32.001, entitled Definitions. (e) Approval of Invoices The contractor will be paid after approval by the NNSA Approving Official. 7. H034 LOBBYING RESTRICTION (ENERGY AND WATER DEVELOPMENT AND RELATED AGENCIES APPROPRIATIONS ACT, 2008) (Mar 2008) The contractor agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. All commercial provisions and FAR clauses referenced in this solicitation are available in full text at the following website location: http://www.arnet.gov/far/. SUBMISSION OF QUOTES BY MEANS OTHER THAN THE IIPS IS NOT AUTHORIZED. Quotations submitted by other methods will not be evaluated. Quotes must be received through the IIPS web site (http://e-center.doe.gov/) NO LATER THAN 2:00 p.m. Mountain Daylight Time, Tuesday, September 23, 2008. Each quote is to be submitted according to the instructions detailed in the IIPS on-line help document, which is available at http://e-center.doe.gov/doebiz.nsf/. It is the responsibility of the contractor, prior to the quote due date and time, to verify successful transmission in accordance with the Proposal Submission instructions in the "IIPS Users Guide for Contractors." ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database, http://www.ccr.gov, in order to receive an award. All questions or inquiries regarding this solicitation are to be directed to the named Contract Specialist: Ms. Leticia Potts, at the following E-mail address: lpotts@doeal.gov. Technical questions or inquiries regarding this solicitation are to be directed to the technical point of contact: Yolanda Bolivar at the following phone number 505-845-5117.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=091be3c13bac9da1776d87b80aa1da11&tab=core&_cview=1)
 
Record
SN01667351-W 20080913/080911225430-091be3c13bac9da1776d87b80aa1da11 (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.