Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2011 FBO #3507
SOLICITATION NOTICE

J -- Maintenance for Oracle Application Management Pack

Notice Date
6/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
11-233-SOL-00324
 
Point of Contact
Frederick R. Thomas, Phone: 3014438303
 
E-Mail Address
frederick.thomas@psc.hhs.gov
(frederick.thomas@psc.hhs.gov)
 
Small Business Set-Aside
N/A
 
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. The solicitation number is 11-233-SOL-00324 and it is issued as Request for Quote (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. Brand Name Justification Procurement of maintenance for Oracle Application Management Pack (AMP) licenses for use in the UFMS application environment. Oracle AMP is a vendor unique integral component to the UFMS financial system and is the only product capable of supporting instance cloning environment which is critical to supporting the Operating Divisions. Application Management Pack extends Enterprise Manger Grid Control to monitor and managed E-Business Suite components. Description of the Service Maintenance for Oracle Application Management Pack. This maintenance is for the Application Management Pack for E-Business Suite- Processor Perpetual. The quantity needed is 108. CSI # is 17433479. Period of Performance The period of performance is from July 8, 2011 to July 7, 2012. Place of Performance The place of performance for this contract is: 5600 Fishers Lane Rockville, MD 20857 The provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2 is not applicable. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror based on lowest price technically acceptable (LPTA). Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer or acknowledge its listing in Online Representations and Certifications Application (ORCA). The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2011), applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (a)(1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (Applies to all contracts); (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126); (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b); (29)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423).; (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). Interest offerors must submit quote NO LATER THAN 4:00 PM EASTERN TIME JULY 6, 2011 VIA electronic copy to Frederick.Thomas@psc.hhs.gov. Each response should include the following Business Information: a. DUNS; b. Company Name; c. Company Address; d. Current GSA Schedules appropriate to this Award, If applicable; e. Do you have a Government approved accounting system? If so, please identify the agency that approved the system; f. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All offerors must register on the CCR located at http://www.ccr.gov/index.asp; g. Company Point of Contact, Phone and Email address. Please contact Frederick Thomas, Contract Specialist, 301.443.8303, regarding this solicitation if you have any question.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/11-233-SOL-00324/listing.html)
 
Place of Performance
Address: 5600 Fishers Lane, Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN02486861-W 20110702/110630235327-d3ad9854540717df63bbbb7d4add4fb9 (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.