Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2010 FBO #3261
MODIFICATION

70 -- Informatica Software License Renewals

Notice Date
10/27/2010
 
Notice Type
Modification/Amendment
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
 
ZIP Code
20223
 
Solicitation Number
248777
 
Archive Date
11/16/2010
 
Point of Contact
David Leonard,
 
E-Mail Address
david.leonard@associates.usss.dhs.gov
(david.leonard@associates.usss.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to remove the options that are referenced in the basic solicitation. The Government will not require license renewals beyond the base year. Offerors must submit pricing for the base year only. All other provisions of the original Synopsis/Solicitation remain unchanged. 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. Quotations are being requested for submission, and a written solicitation will not be issued. Synopsis/solicitation number RFP 248777 is issued as a Request for Quote (RFQ). The North American Industry Classification System (NAICS) is 443120. The anticipated period of performance will be a base period of 12 months. The Government intends to award a firm-fixed price commercial contract for the Department of Homeland Security as a result of this RFQ. The basic requirement is for Software License Renewals and Maintenance of existing Informatica Applications. The government therefore requires renewals and maintenance of Informatica Brandname items in accordance with FAR 6.302-1(c) - Only one responsible source and no other supplies or services will satisfy agency requirements - Application for Brand Name descriptions. Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov. This office will not issue hard copy solicitations. By submitting a response to this solicitation, the vendor will be self-certifying that neither the offeror nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. This Solicitation is comprised of: I. FORMAT AND SUBMISSION OF Quotation II. PROVISIONS AND CLAUSES III. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. FORMAT AND SUBMISSION OF Quotation Part A. Pricing: Offerors shall complete the attached spreadsheet with their proposed unit and extended prices for the base year and each options year. See attachment entitled, "Item Description" under "packages" within FBO. Part B. Offerors shall provide: 1) Name, title, telephone number, fax number, and email address of the point of contact. 2) Nine-digit DUNS. The DUNS is used to verify that the vendor is in CCR. By submitting a quotation, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. 3) Nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 4) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If you have completed the annual representations and certifications electronically through ORCA at http://orca.bpn.gov, then provide a statement as such and it will be verified. 5) Relevant Past Performance Prospective contractors must provide examples of relevant past performance. It is requested that the offeror submit examples utilizing the attached Past Performance Survey format. In accordance with FAR 15.305(a)(2)(iv) an offeror without a record of relevant past performance or for whom information on past performance is not available, will not be evaluated favorably or unfavorably on past performance. Part C. Following receipt of the information listed in Part B above, the government will evaluate all prospective offerors and make an award based on the lowest price, technically acceptable offer that is received from a responsible contractor. An award notification will be emailed directly to all interested parties. All documents required for submission of quotations must be sent to David Leonard via email at david.leonard@associates.usss.dhs.gov. Hard copy or faxed quotations shall not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. PROVISIONS AND CLAUSES See attachment entitled, "Informatica License Renewals - Provisions and Clauses" under "packages" within FBO. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. ADDITIONAL INFORMATION FOR OFFERORS All questions regarding the solicitation must be emailed to the contract specialist, Mr. David Leonard at David.Leonard@associates.usss.dhs.gov no later than 27 October 2010 by 5:00 PM EST. The deadline for receipt of final quotations is Monday, 01 November 2010 by 2:00PM EST. Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/248777/listing.html)
 
Place of Performance
Address: Washington DC Metropolitan Area, United States
 
Record
SN02318063-W 20101029/101027234425-a8ba0f6b103610a6049a5c6fd551a354 (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.