Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2009 FBO #2719
SOLICITATION NOTICE

70 -- Cognos Software and Maintenance

Notice Date
5/5/2009
 
Notice Type
Presolicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017809R3040
 
Response Due
5/22/2009 11:59:00 PM
 
Archive Date
6/22/2009
 
Point of Contact
Danielle Allen 540-653-7808 Danielle Allen,Voice: 540-653-7808,Fax: 540-653-6810
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. This is a sole sources combined synopsis/solicitation to IBM for Cognos Software and Maintenance 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. Proposals are being requested and a written solicitation will not be issued. FAR Subpart 13.5 will be used. The Naval Surface Warfare Center, Dahlgren Division, intends to procure: CLIN 0001 QTY: 1 Cogno! s 24x7 Case Pack Per Establishment Annual SW S&S RNWL, E06IYLL, subscription and support; CIN 0002 QTY: 1 Cognos BI Powerplay Web Legacy Proc Annual SW S&S RNWL, E06BDLL subscription and support; CLIN 0003 QTY: 700 Cognos BI Powerplay Web Legacy User Annual SW S&S RNWL, E06BELL subscription and support; CLIN 0004 QTY: 4 Cognos Impromptu Administrator Auth User Annual SW S&S RNWL, E06B4LL subscription and support; CLIN 0005 QTY: 700 Cognos Impromptu Web Reports Legacy User Annual SW S&S RNWL, E06B9LL subscription and support; CLIN 0006 QTY: 1 Cognos Impromptu Web Reports Legacy Proc Annual SW S&S RNWL, E06BALL subscription and support; CLIN 0007 QTY: 5 Cognos Powerplay Transformer ED Instance Annual SW S&S RNWL, E06BHLL subscription and support; CLIN 0008 QTY: 1 Cognos Query Legacy Proc Annual SW S&S RNWL, E06B3LL subscription and support; CLIN 0009 QTY: 700 Cognos Query Legacy User Annual SW S&S RNWL, E06B2LL subscription and support. This procurement is being sole Sources! to IBM Corporation because they are the sole provider of the software subscription and support services for Cognos software products. This combined synopsis/solicitation, number N00178-09-R-3040, is issued as a Request for Proposal (RFP). This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circulars 2005-27, Effective 12 October 2008 & DFARS Change Notice 20081124 dated 24 November 2008. The NAICS Code associated with this procurement is 518210 and the FSC is 7030. The following FAR and DFARS provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items (Factors used to evaluate offers are: (1) technical capability to meet the Government requirement, (2) past performance, and (3) price.); FAR 52.212-3 Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Comm! ercial Items; FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (June 2007) Subparagraphs (a), (b)1, 5, 7, 16, 17, 18, 19, 20, 21, 22, 23, 28, (d) and (e) apply; FAR 52.247-34 FOB Destination; DFARS 252.204-7004 Central Contractor Registration Alternate A; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (with selection of elements as required by DFAR prescription). Subparagraphs (a), (b) 4, 5, 14, 15, 16, 17, 19, 20(i), 21, and (c) apply; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252-225-7000 Buy American Act--Balance of Payments Program Certificate; DFARS 252-225-7! 002 Qualifying Country Sources as Subcontractors. The FAR and DFAR provisions and clauses referenced by this solicitation can be found in full text at http://www.farsite.hill.af.mil. Representations and Certifications shown at FAR 52.212-3 and DFAR 252.212-7000 must be completed and submitted with the offeror's proposal/capability statement for this requirement. The Government will award a Firm Fixed-Price contract to the responsible offeror whose offer conforms to the requirements of this RFP and is determined to be most advantageous to the Government based on price, delivery, and other factors. The offeror shall convey all standard manufacturer commercial warranties to the buyer. To assist in determining whether the prices quoted in your offer under subject solicitation are "fair and reasonable" in accordance with Federal Acquisition Regulation (FAR) requirements, your cooperation is requested in submitting the following information: (a) A copy of the current catalog or established price list for the articles covered by the offer, or inf! ormation where the established price may be found. (b) A statement that such catalog or established price list is regularly maintained and is published or available for inspection by customers along with the current sales prices. (c) A statement that these items are commercial and sold to the general public at the prices listed in the above referenced catalog or established price list. (d) A statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror's most favored customer for like items in similar quantities under comparable conditions. If the offeror is unable to provide the information requested above, the offeror is requested to submit the pricing information on the three most recent sales of the items being procured or similar items. This information should include: date of sale; quantity; unit price; customer contract number and customer contact information. Where the pricing informati! on furnished is on similar items, the offeror shall indicate the differences. Pricing information furnished should be as current as possible, and should be on quantities similar to this solicitation. The closing date is 22 May 2009 at 1200 noon, Eastern Time. Anticipated Award date is 29 May 2009. All items shall be priced FOB DESTINATION, Dahlgren, VA. All items shall be delivered to the NSWCDD Receiving Officer, 6220 Tisdale Rd. Suite 159, Dahlgren VA 22448-5114, between the hours of 0700 and 1430 local time on weekdays. No deliveries will be accepted on Federal Holidays. Electronic quote submission is encouraged at danielle.allen2@navy.mil, but the quote may also be faxed to (540) 653-6810 or delivered to the Naval Surface Warfare Center, Dahlgren Division, Attn: CXS13-2, Bldg. 183, Room 106, 17632 Dahlgren Rd. Suite 157, Dahlgren, VA 22448-5110. The North American Industry Classification System (NAICS) Code is 518210 and the size standard is twenty-three million dollars. For questions, call (540) 653-7808, email danielle.allen2! navy.mil or fax (540) 653-6810, Attn: Code CXS13-2 and reference Request for Proposal number N00178-09-R-3040. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren Laboratory Procurement Division has implemented Electronic Commerce (EC) in the acquisition arena; therefore, this synopsis with any applicable amendments will be available on the World Wide Web at http://www.nswc.navy.mil/wwwDL/XD/SUPPLY/. Vendors should regularly access the NSWCDD web site to ensure that they have downloaded all amendments. In order to be eligible for award firms must be registered in the Central Contractor Registry (CCR). Vendors may obtain information on registration in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. Please note that defense payment offices may not make payment unless the contractor is established to receive electronic funds transfer (EFT). EFT payments are based on the contractor's EFT information contained in the CCR database. N! ote 1 applies. This synopsis will close on __22 May 2009__ at 2:00PM ET. Please use reference number N00178-09-R-3040 when responding to this announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fb5a5d1955af5596030d69a91e978eab&tab=core&_cview=1)
 
Record
SN01809945-W 20090507/090505222527-fb5a5d1955af5596030d69a91e978eab (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.