Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

Z -- Maintenance

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-10-T-0364
 
Point of Contact
Francine L Keys, Phone: (301) 757-9057
 
E-Mail Address
francine.keys@navy.mil
(francine.keys@navy.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 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. Solicitation N00421-10-T-0364 is being issued as a Request for Quotation (RFQ). The applicable North American Industry Classification System code is 541511. Offerors must be registered in the Central Contractor Registration (CCR) database prior to submission of an offer to be considered for award of any DOD contract. This may be accomplished electronically at http://www.ccr.gov/vendor.cfm. The government intends to solicit on a competition bases under the authority of FAR 13.106-1. This notice is a request for competitive RFQ. However, interested parties may submit a capabilities statement in which they identify their interest and capability. All capability statements received by 2:00 P.M. Eastern Standard Time, 19 August 2010, will be considered by the government for the purpose of determining a competitive procurement. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the RFQ. The Government reserves the right to process the procurement on a sole source basis based upon review of the responses received. The Government will not pay for any information received. The firm fixed price contract line item numbers are CLIN 0001 Maintenance. The period of performance for this Information Maintenance is 01 October 2010 to 30 September 2011. PART NUMBER DESCRIPTION QUANTITY 9048-4600 XConnect Option- business Objects (4-7 Xconnects) 1 Per XConnect Production Standard Renewal Maintenance 9048-4606 XConnect Option- SQL Server RDBMS (4-7 Xconnects) 1 Per XConnect Production Standard Renewal Maintenance 9048-4607 XConnect Option- Oracle Designer (4-7 Xconnects) 1 Per XConnect Production Standard Renewal Maintenance 9048-0219 Power Center 8 Advanced Edition 32-bit Single Core 1 Multi-OS Dev/Test Lab Standard Renewal Maintenance 9048-0219 Power Center 8 Advanced Edition 32-bit Single Core 1 Multi-OS Dev/Test Lab Standard Renewal Maintenance 9048-1982 PowerCenter 8 Advanced Edition 32-bit Repository 1 Multi-OS Production Standard Renewal Maintenance 9048-2003 PowerCenter 8 Advanced Edition 32-bit Single-core 8 (8+) per CPU-cores Multi-OS Production Standard Renewal Maintenance 9048-4608 Power Plug for Designer (Power Center renewal Standard 1 Maintenance 9048-1630 Power Center 8 Advanced Edition Multi-core Multi-OS 2 Dev/Test Standard Renewal Maintenance 9048-2038 Power Center 8 Advanced Edition Multi-core Repository 1 Multi-OS Dev/Tes Standard Renewal Maintenance 9048-2059 Power Center 8 Advanced Edition Multi-core (8+) per 8 CPU-cores Multi-OS Production Standard Renewal Maintenance 9048-2547 Metadata Exchanged Option for PCAE for Business 1 Objects Production Standard Renewal Maintenance 9048-2603 Metadata Exchanged Option for PCAE for Oracle 1 Designer Production Standard Renewal Maintenance 9048-2645 Metadata Exchanged Option for PCAE for SQL Server 1 RDBMS Production Standard Renewal Maintenance Inspection and Acceptance shall be at destination. The contractor shall extend to the Government, full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's rights with regard to the terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract will take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. The clause at 52-212-1, Instructions to offerors-Commercial Items, (JUN 2008) is incorporated by reference and applies to this acquisition. The provision at 52-212-2 Evaluation-Commercial Items (Jan 1999) does not apply to this acquisition. The Government will evaluate to determine that the price is fair and reasonable in accordance with FAR Part 15, before making award. The offeror shall provide backup information verifying the price offered, i.e., a copy of current catalog, invoices for the same services, etc. Each offeror shall include a completed copy of paragraphs (j) of the provision at FAR 52.212-3, including Alt 1, Offeror Representations and Certifications - Commercial items (JUL 2009) if the offeror has completed the annual representatives and certificates electronically at http://orca.bpn.gov., with its quote. If the offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of the provisions. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (MAR 2009) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items (JUN 2009) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006)(38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006)(38 U.S.C. 4212), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129), 52.232-33, Payment by Electronic Funds transfer - Central Contractor Registration (31 U.S.C. 3332). Additionally, each offeror shall include a completed comply of Defense FAR Supplement (DFARS) provision 252.212-7000, Offeror Representations and Certifications- Commercial Items (JUN 2005). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executives Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2009) is incorporated by reference, however, for paragraph (b) only the following clauses apply 252.225-7036 Buy American Act - North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). The DFARS clause t 252.204-7004 required Central Contractor Registration Alt A (SEP 2007) is incorporated by reference. Quotations are due to Francine Keys, Purchasing Agent, Naval Air Warfare Center Aircraft Division, Building 441, 21983 Bundy Road, Patuxent River, MD 20670, either by e-mail at francine.keys@navy.mil or by fax at (301) 757-8959 by 2:00 P.M. Eastern Standard Time, 19 August, 2010. Questions regarding this notice should be addressed to Francine Keys by e-mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00421-10-T-0364/listing.html)
 
Place of Performance
Address: Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN02239562-W 20100814/100813000512-7a7c006e194cc89f8bb8c822118131a3 (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.