Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
MODIFICATION

D -- JABBER XCP

Notice Date
9/14/2009
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. 4502, Arlington, Virginia, 22204-4502, United States
 
ZIP Code
22204-4502
 
Solicitation Number
DCCMC90101A
 
Archive Date
10/2/2009
 
Point of Contact
Kim Oanh P. Scott, Phone: 7036811255
 
E-Mail Address
KimOanh.Scott@disa.mil
(KimOanh.Scott@disa.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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. The purpose of this synopsis/solicitation is to inform the vendor community of DISA's proposed contract actions. This is a total small business set aside (100%). The solicitation/reference number is DCCMC90101 and is issued as a request for proposal (RFP). The associated North American Industrial Classification Systems (NAICS) code for this procurement is 511210. The small business size standard is $25M. Offeror must be registered on the Contractor Central Registration (CCR). DISA is intend to award a Firm Fixed Price contract and solicitated on a Brand name basis in accordance with FAR 6.302-1. The proposal must address whether each contract line item number(CLIN) price proposed by the offeror is based upon open market pricing, or use of an existing vehicle such as GSA federal Supply schedule (FSS) pricing. NASA SEWP pricing, etc. If individual CLIN pricing is not on an open market basis, offerors should also include the contract number on which pricing is based as part of their quote for each CLIN. The Government will award a single contract to the responsible offeror whose offer conforms to the requirements as stated in this synopsis and is most advantageous to the Government based on the technical capability and on the lowest price. This is an all-or-none requirement. Partial proposals will be deemed unresponsive and will not be evaluated. DISA requires the following supply/service, exact match only: CLIN 0001 - Jabber XCP Annual Standard Support for 35,000 users Quantity : 1 CLIN 0002 - Jabber XCP Annual Software Maintenance for 35,000 users Quantity: 1 Invoicing for maintenance service shall be submitted on a monthly basis, after the completion of such period. Maintenance charges must be paid in arrears (31 U.S.C. 3324). PROMPT PAYMENT DISCOUNT, IF APPLICABLE, SHALL BE SHOWN ON THE INVOICE. If the Justification and Approval, Statement of Work is unclear, offeror shall electronically contact Kim Oanh P. Scott at KimOanh.Scott@disa.mil so the RFP posting can be amended. Any and all questions will be posted and answered on this website. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 and DFARS Change Notice 20070426. Provisions and clauses (incorporated by reference) applicable to this acquisition are as follows: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation),, FAR 52.217-5, 52.217-8, 52.217-9, FAR 52.222-3 Convict Labor, FAR 52.232-17 Interest, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.233-3 Protest After Award, FAR 52.243-1 Chages-Fixed Price, FAR 52.247-34 F.O.B. Destination, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7004 Alternate A, and DFARS 252.232-7003 Electronic Submission of Payment Requests. The following clauses, applicable to this acquisition, are local DISA clauses and all interested offerors shall request a copy from the contract specialist: 52.204-9000 Points of Contact, 52.209-9000, 252.212-7001 contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 52.217-9100 and 52.232-9000 Wide Area Workflow-Receipt and Acceptance (WAWF-RA). Full text of these provisions and clauses, with the exception of the local clauses, may be obtained from the following internet websites: http://www.acq.osd.mil/dpap/dars/dfars/index.htm, http://farsite.hill.af.mil/, and http://www.arnet.gov/far/. Shipments are to be F.O.B. Destination. Shipping address will be provide upon contract award. Delivery shall occur within thirty (30) days after receipt of order (ARO). Responses shall be submitted electronically to KimOanh.Scott@disa.mil no later than 11 AM (Eastern Standard Time) 14 September 2009. Proposals must be valid for thirty (30) days after due date. Period of performance is 365 Calendar days. Any amendment(s) issued to this RFP will be published on this website. Therefore, it is the offerors responsibility to visit this website frequently for updates on this procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/DCCMC90101A/listing.html)
 
Place of Performance
Address: Defense Information Systems Agency, P. O. Box 4502, Arlington, Virginia, 22204-4502, United States
Zip Code: 22204-4502
 
Record
SN01953562-W 20090916/090915000621-5270bb4c127c464fb5a3951bf8e6b4a5 (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.