Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
SOLICITATION NOTICE

70 -- RECOVERY: Primavera P6 Software License - Additional Clauses/Provisions

Notice Date
5/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-10-RQ-0334
 
Archive Date
6/2/2010
 
Point of Contact
Frank Yonce, Phone: 3019756083, Wanza B. Jonjo, Phone: 3019753978
 
E-Mail Address
frank.yonce@nist.gov, wanza.jonjo@nist.gov
(frank.yonce@nist.gov, wanza.jonjo@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Additional Clauses and Provisions - Primevara Software RECOVERY - THIS ACQUISITION WILL BE FUNDED IN WHOLE OR IN ART BY THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 (ARRA) PUBLIC LAW 111-5. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. FAR Part 13, Simplified Acquisition Procedures, are being utilized for this procurement. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). This solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular 2005-40 (effective 23 March 2010). 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than three calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Clause) The associated North American Industrial Classification System (NAICS) code for this procurement is 423430. The small business size standard for this NAICS code is 100 employees. This procurement cannot be set aside for small businesses because there is no SBA waiver to the Non-Manufacturer Rule for the applicable NAICS code. This requirement will be competed under full and open competition amongst all Primavera authorized resellers/business partners. Offerors will be responsible for obtaining related amendments to this solicitation, if any, from www. fbo.gov. It is the responsibility of each potential offeror to monitor www.fbo.gov for any amendments or other information related to this solicitation. Any communications regarding this acquisition must be made in writing and forwarded via email to Wanza Jonjo, Contracting Officer at Wanza.jonjo@nist.gov with a cc: to Frank Yonce, Contractor Support at frank.yonce@nist.gov and shall identify the solicitation number, company name, company address, as well as point of contact email address and phone number. APPLICABLE PROVISIONS AND CLAUSES FOR THIS SOLICITATION: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Those marked with an asterisk are provided in full text in Attachment 1. FAR 52.212-1 FAR 52.212-3 FAR 52.212-4 FAR 52.212-5 II Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2010)-Commercial Items including subparagraphs: *52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 *52.204-11, American Recovery and Reinvestment Act--Reporting Requirements 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. All provisions and clauses may be viewed at http://acquisition.gov/comp/far/index.html. *52.247-34 F.O.B. Destination *1352.201-70 Contracting Officer's Authority *1352.209-73 Compliance With The Laws Applicability of Section 508. The following section 508 standards apply to this acquisition (see www.section508.gov for more information): Section 508 Subpart B - Technical Standards Section 1194.21 Software Applications and Operating Systems Section 1194.31 Functional Performance Criteria Section 1194.41 Information, documentation, and support BRAND NAME JUSTIFICATION: This is a brand name requirement for Primavera P6 software and licenses. This software is being used to support an ARRA construction contract with NIST. Due to computer security provisions in the construction contract, construction personnel are not able to remotely connect to this software system. The software will reside on NIST computers for access by personnel trained in Primavera P6 operation. All responsible offerors that are Oracle/Primavera partners or authorized resellers of Primavera products are invited to submit quotations in accordance with the instructions below. The National Institute of Standards and Technology (NIST) Office of the Chief Information Officer (OCIO) requires the purchase of Primavera P6 software and licenses to support construction contractor personnel on site in execution of an ARRA construction project. This requirement consists of the following items. Quotations should be tailored to the exact items listed below. Item 0001 Primavera P6 Enterprise Project Portfolio QTY: 10 EA Management Application User - License Item 0002 Primavera P6 Enterprise Project Portfolio QTY: 10 EA Management Application User - Software Update License and Support 0003 Primavera Contract Management Application QTY: 10 EA User -License 0004 Primavera Contract Management Application QTY: 10 EA User - Software Update License and Support 10 EA The Department of Commerce (DOC)/Inspector General (IG) requires that all contractors who receive or have received contracts/orders funded by the America Recovery and Reinvestment Act (ARRA) be provided a copy of a power point presentation, to train their employees on fraud, waste and abuse. A 44-page power point presentation entitled "Recovery Act Oversight Program-FraudPrevention Training" will be provided as an attachment to the award. The Contractor shall use the power point presentation to train all employees involved in contracts/orders funded by DOC/NIST ARRA funds within two weeks of award. For the purposes of this task, "training" can be accomplished through a single training session with employees, or through individual employee review of the presentation accompanied by the employee's signed certification of that review. Training documentation must be provided to the Contracting Officer not later than one week after training is completed. Documentation must include, at a minimum: 1. The contract/order number; 2. The date of training; 3. The names of individuals trained." DELIVERABLE Waste, Fraud & Abuse Training Documentation Quantity: 1 Due Date: 3 weeks after award. " ADDENDUM TO PROVISION 52.212-1 - QUOTATION SUBMISSION INSTRUCTIONS (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must include- (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) The time specified in the solicitation for receipt of offers; (4) Technical description of the items being offered in sufficient detail to evaluate compliance with requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any expressed warranty; (6) Price and discount terms; (7) "Remit to" address, if different than mailing address; (8) Acknowledgement of solicitation amendment; (9) FOB Destination based firm-fixed-price for each contract line item number, and any discount terms for those prices; (10)Evidence that the offeror is authorized by Original Equipment Manufacturers (OEM) to provide the required hardware and software, and (11) If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. 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. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) 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 of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. EVALUATION FACTORS FOR AWARD: The award will be made to the responsible offeror whose technically acceptable quotation is deemed to represent the lowest price. DELIVERY: 1. Delivery shall be made within 7 calendar days of date of contractor acceptance of the purchase order. Delivery shall be FOB Destination to: National Institute of Standards and Technology Building 301 Shipping and Receiving 100 Bureau Drive Gaithersburg, MD 20899-0001 2. Offerors shall submit their quotations via email so that NIST receives them not later than 2:00 PM., Eastern Daylight Time on Thursday, May 18, 2010. Email quotations shall be directed to Wanza Jonjo, Contracting Officer at wanza.jonjo@nist.gov, cc: Frank Yonce, Contractor Support at frank.yonce@nist.gov. Offerors' quotations shall not be deemed received by the Government until the quotation is entered in the e-mail inbox of the above e-mail recipients. FAX quotations shall not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0334/listing.html)
 
Place of Performance
Address: NIST, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02146759-W 20100513/100511235346-f75a47ce289ddd9f52f13146e69b561f (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.