Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
MODIFICATION

70 -- Hyperion Suite System

Notice Date
9/15/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
TWB-01-A31M, Washington, DC 20555
 
ZIP Code
20555
 
Solicitation Number
09-10-322
 
Response Due
9/20/2010
 
Archive Date
3/19/2011
 
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 09-10-322 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 334611 with a small business size standard of 500.00 employees. 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 2010-09-20 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20555 The Nuclear Regulatory Commission requires the following items, Brand Name or Equal, to the following: LI 001, License Support and Renewal Contract, Oracle Hyperion Suite, 114, 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. The offeror shall direct all questions relating to this solicitation only to the NRC Contract Specialist. The offeror shall direct any questions relating to the fedbid.com website to fedbid.com by email or by telephone. The Government will only consider open market quotations. Quotations from Federal Supply Schedule contracts or GWAC contracts will not be considered. 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 ITEMS Clauses 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/far 52.227-14 RIGHTS IN DATA--GENERAL DEC 2007 52.227-19 COMMERCIAL COMPUTER SOFTWARE LICENSE EC 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. The following Federal Acquisition Regulation (FAR) (www.acquisition.gov/far) provisions and clauses apply to this solicitation: 52.212-1, 52.212-3, 52.212-4, and 52.212-5, including the following fill-ins in paragraph (b): (to be completed by the Contract Specialist) The following FAR clauses will apply to the resultant purchase order: 52.212-4; 52.212-5, including the following fill-ins in paragraph (b): (to be completed by the Contract Specialist); and any license agreement(s) that were submitted with the quotation. License agreements would become an Addendum to the purchase order, as set forth in clause 52.212-4(s). The U.S. Nuclear Regulatory Commission (NRC) operates and maintains Oracle Hyperion Planning suite for the formulation and development of the agencys budget. With any software, the NRC has signed in an Oracle license agreement to pay annual licensing, software updates and support maintenance for the Hyperion product. The following text replaces paragraphs (b) and (c) of provision 52.212-1: (b) Submission of quotations. Submit quotations according to the instructions in the solicitation before the exact time specified in this solicitation. Quotations may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations should show (1) The solicitation number; (2) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (3) If license agreement(s) apply, provide a copy of the applicable license agreement(s); (4) Documentation that shows how the offered products comply with Section 508 standards that are included elsewhere in this solicitation (if applicable); (5) If the offeror is a reseller/business partner and is offering product(s) that their company does not manufacture, the offeror should provide evidence that the offeror is authorized by the original equipment manufacturer to sell the products or services being offered. (6) A copy of the terms of any express warranty being offered for the offered products; (7) FOB Destination-based firm-fixed-price and any discount terms. The pricing structure in the quotation may differ from the pricing structure in the solicitation as long as all specifications and other requirements are met; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments (if any); (10) 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 quotations. The offeror agrees to hold the prices in its quotation firm for at least 30 calendar days from the date and time of submission.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/09-10-322/listing.html)
 
Place of Performance
Address: Washington, DC 20555
Zip Code: 20555-0001
 
Record
SN02283611-W 20100917/100916000626-9859573068f681fa9365eb19037008e9 (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.