Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

70 -- Unanet Software Subscription

Notice Date
8/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 801 Thompson, TMP 605, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
10-236-SOL-00035
 
Archive Date
8/26/2010
 
Point of Contact
Stefanie W. Schmitz, Phone: 3014432242
 
E-Mail Address
Stefanie.Schmitz@ihs.gov
(Stefanie.Schmitz@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) Solicitation number 10-236-SOL-00035 applies and is issued as a request for quotation (RFQ). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. (iv) The North American Industry Classification System (NAICS) code is 511210 and the business size standard is 25 Million. It is anticipated that a non-competitive sole source purchase order will be issued for these items to: Unanet Technologies I.A.W. FAR 6.302-1. It is the Government’s belief that only Unanet can provide the below licenses as they are the proprietary owners. Concerns having the expertise and required capabilities to provide these items are invited to submit such data discussing the same in duplicate within 5 calendar days from the date of this announcement. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate bona fide capability to meet the requirements. The submission of this data shall not impede award of this contract. The Government does not intend to pay for information solicited. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. The Indian Health Service intends to award a Firm Fixed Price purchase order. (v) CLIN 0001 – Unanet Licenses, quantity 100 each. CLIN 0002 – Annual Maintenance Fee (vi) n/a (vii) 801 Thompson Ave, Rockville, MD 20852 (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company’s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing and delivery in accordance with FAR 52.212-2, Evaluation-Commercial Items, paragraph (ix) below. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). – The quotes will be evaluated on price and technical capability. The evaluation and award procedures in FAR 13.106 apply. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and return it with their offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009). applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (July 2010). 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards; 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 (E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products; 52.225-3 Buy American Act – Free Trade Agreements – Israeli Trade Act, Alternate I; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.239-1 Privacy or Security Safeguards. The following items are incorporated as addenda to this solicitation: HHSAR 352.239-73 Electronic information and technology accessibility; (xiii) n/a (xiv) n/a (xv) Quotes are due August 11, 2010 at 1pm. All questions should be submitted in writing to Stefanie.W.Schmitz@uscg.mil. Due to possible fax and email transmission problems it is the contractor’s responsibility to verify receipt of quote. (xvi) POC is Stefanie Schmitz, Contract Specialist, 301-443-2242.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/10-236-SOL-00035/listing.html)
 
Record
SN02230006-W 20100807/100805235219-b13b8bfc86784ba44e4ff6470c3bdb2d (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.