Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2010 FBO #3204
MODIFICATION

70 -- Software for SAP Americas

Notice Date
8/31/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
TWB-01-A31M, Washington, DC 20555
 
ZIP Code
20555
 
Solicitation Number
RFQ-41-10-022
 
Response Due
9/3/2010
 
Archive Date
3/2/2011
 
Point of Contact
Name: Dominique Malone, Title: Sr. Contract Specialist, Phone: 301-492-3613, Fax:
 
E-Mail Address
dominique.malone@nrc.gov;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is RFQ-41-10-022 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 with a small business size standard of $25.00M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-09-03 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Rockville, MD 20852 The Nuclear Regulatory Commission requires the following items, Brand Name or Equal, to the following: LI 001, Crystal Reports Server 2008 5 CAL License, 3, EA; LI 002, Crystal Reports Server 2008 5 CAL Enterprise Support, 3, EA; LI 003, Crystal Reports Server 2008 50 CAL License, 3, EA; LI 004, Crystal Reports Server 2008 50 CAL Enterprise Support, 3, EA; LI 005, Crystal Reports Server 2008 20 CAL License, 2, EA; LI 006, Crystal Reports Server 2008 20 CAL Enterprise Support, 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Nuclear Regulatory Commission intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Nuclear Regulatory Commission is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)Award will be made to the offeror that can provide the supply that represents the best value (lowest price technically acceptable).Each offerors quote will be evaluated according to the factors listed below. A.Technical Specifications- To the extent to which the offeror meets or exceeds the brand name specifications and features required for effective performance. The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. B. The offerors prices will be evaluated on the total firm fixed price to provide all products. Only quotes quoting the total quantity being requested will be considered. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMSClauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract:C.1 52.217-7 OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989)The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. C.2 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):http://www.arnet.gov/far52.227-14RIGHTS IN DATA--GENERALDEC 200752.227-19COMMERCIAL COMPUTER SOFTWARE LICENSEEC 2007 (End of Addendum to 52.212-4) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. All contracts that contain a requirement for services which will result in the delivery of a new or updated electronic and information technology (EIT) item/ product must conform to the appropriate technical standards in 36 CFR 1194, Subpart B; the appropriate functional performance criteria in 36 CFR 1194, Subpart C; and the appropriate information, documentation, and support requirements in 36 CFR 1194, Subpart D, unless an agency exception to this requirement has been granted by the Contracting Officer. The offeror shall demonstrate an understanding of each of the applicable technical standards and articulate how each of these standards will be met in the delivery of the EIT product or product related service in performance of this contract. The offeror shall identify the technical standards and provisions they anticipate are applicable to this contract and provide justification for those that are deemed to be non-applicable. SEAT BELTS Contractors, subcontractors, and grantees, are encouraged to adopt and enforce on-the-job seat belt policies and programs for their employees when operating company-owned, rented, or personally owned vehicles. WHISTLEBLOWER PROTECTION FOR NRC CONTRACTOR AND SUBCONTRACTOR EMPLOYEES (JULY 2006) (a) The U.S. Nuclear Regulatory Commission (NRC) contractor and its subcontractor are subject to the Whistleblower Employee Protection public law provisions as codified at 42 U.S.C. 5851. NRC contractor(s) and subcontractor(s) shall comply with the requirements of this Whistleblower Employee Protection law, and the implementing regulations of the NRC and the Department of Labor (DOL). See, for example, DOL Procedures on Handling Complaints at 29 C.F.R. Part 24 concerning the employer obligations, prohibited acts, DOL procedures and the requirement for prominent posting of notice of Employee Rights at Appendix A to Part 24. (b) Under this Whistleblower Employee Protection law, as implemented by regulations, NRC contractor and subcontractor employees are protected from discharge, reprisal, threats, intimidation, coercion, blacklisting or other employment discrimination practices with respect to compensation, terms, conditions or privileges of their employment because the contractor or subcontractor employee(s) has provided notice to the employer, refused to engage in unlawful practices, assisted in proceedings or testified on activities concerning alleged violations of the Atomic Energy Act of 1954 (as amended) and the Energy Reorganization Act of 1974 (as amended). (c) The contractor shall insert this or the substance of this clause in any subcontracts involving work performed under this contract. The Off-the-Shelf (OTS) software required for this acquisition will be used to support the ISMP contractors Gude Drive testing and desktop environments used by the NRC Independent Verification and Validation (IV&V) contractors. Consistent configurations across all ISMP environments, facilitates the NRCs Enterprise Architecture (EA) goals; as well as, the NRC staff and its contractors in the conduct of Federal Information Security Management Act (FISMA) continuous monitoring of critical components and all applicable security controls, remediate known vulnerabilities, and maintain the NSTS systems existing Authority to Operate (ATO).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/RFQ-41-10-022/listing.html)
 
Place of Performance
Address: Rockville, MD 20852
Zip Code: 20852
 
Record
SN02262241-W 20100902/100831235918-f62317b387b7dbdb7e8c7925200deeae (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.