Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2008 FBO #2489
SOLICITATION NOTICE

70 -- JBOSS Maintenance Subscription

Notice Date
9/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541613 — Marketing Consulting Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Office of the Chief Information Officer (QI), 2100 Crystal Drive Rm 1100, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
GS001GS250
 
Response Due
9/22/2008
 
Archive Date
10/7/2008
 
Point of Contact
Holly T Carr, Phone: (703) 605-5588
 
E-Mail Address
holly.carr@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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. Pursuant to Far Subpart 19.502-2(b) this acquisition is set aside for small business. The Government contemplates award of a firm fixed price purchase order for a commercial, off-the-shelf software maintenance subscription for JBoss application licenses described herein. The Government intends to award without discussions with Offerors. The Government reserves the right to conduct discussions if discussions are later determined by the Contracting Officer to be necessary. Requirements: JBoss Application Platform, Premium (for up to 32 CPUs) 1 Year. Renewal 30 September 2008 thru February 1020 *co-termed.* Number 9935-132669; JBOSS Rules Framework, Standard (for up to 32 CPUs) 1 Year Renewal: POP 30 September 2008 thru 1 February 2010, *co-termed.*; Number 9935-132779; and JBoss JBPM Framework, Standard (for up to 32 CPUs) 1 Year renewal: POP 30 September 2008 thru February 2010 *co-termed.” Number 9935-132771. The Offeror’s proposal(s) shall be submitted on two 81/2 x 11 inch single sided pages to describe: (Page 1) The quote must be submitted on Corporate Letter head, signed by designated corporate representative to provide firm fixed Price Quote for each maintenance subscription herein requested and provide DUNNS Number; Federal Tax Identification Number POC email, phone, and fax number; 3 past related performance references for these items, including Government POC, Email, and phone number. (Page 2) Written Demonstration as Red Hat authorized reseller must be submitted as signed copy of Red Hat’s corporate reference stating that the vendor is an authorized reseller for JBoss products and possesses the required certifications to provide technical support and training. FAR Clause 52.212-2 Evaluation—Commercial Items applies: (a) 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 Government intends to award on the basis of best value to the Government based on a low-price, technically acceptable offer. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Technical Factors shall be evaluated on a pass/fail basis. To receive this rating, vendor meets mandatory requirements with little or no perceived risk. The Offeror shall note that the Government may consider all information available on the Offeror’s experience and past performance. This may include information that is in addition to that which is provided to the Offeror. The Government may also consider information available to it through Government records, industry databases (e.g., Dunn an Bradstreet), and other sources. The provisions of: 52.212-1, Instructions to Offerors – Commercial Items; 52.212.-3, Offeror Representations and Certifications – Commercial Items; 52.212.-4, Contract Terms and Conditions; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items and 52.212-2 apply. Two copies of each response must be hand delivered or sent via an overnight courier service to Holly Carr, GSA FAS CIO, 2100 Crystal Drive, 1100, Arlington, VA 22202.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=775b4bccc94abc928fcb078f2612349a&tab=core&_cview=1)
 
Place of Performance
Address: 2200 Crystal Drive, Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN01674070-W 20080919/080917222700-28e2a410d8c4a21904daa71bbea053d9 (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.