Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2011 FBO #3590
SOLICITATION NOTICE

70 -- HP/Mercury Software Maintenance - List of Materials

Notice Date
9/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Philadelphia, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SP4701-11-R-0022
 
Archive Date
10/11/2011
 
Point of Contact
Mark Sullivan, Phone: 215-737-4851
 
E-Mail Address
mark.sullivan@dla.mil
(mark.sullivan@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
J&A List of Materials DLA Contracting Services Office - Philadelphia Site intends to solicit for HP/Mercury Software Maintenance on a competitive basis. A brand name is required. Please see attached Justification and Approval (J&A) for the rational. Request for Proposal SP4701-11-R-0022 contemplates a Firm Fixed Price type contract. In Accordance with FAR 12.603 this solicitation is issued as a request for proposals. The performance period is September 30, 2011 thru September 31, 2012. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart12.6 using Simplified Acquisition Procedures under FAR Part 13; as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a proposal is being requested and a written solicitation will not be issued- PAPERCOPIES OF THE SOLICITATION WILL NOT BE AVAILABLE. The Government will not pay for information received. The NAICS code is 511210 with a size standard of $25M. The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil. The Contract Line Items (CLINS) are as follows: Please see attached "List of Materials" for a list of the CLINS. BRAND NAME SPECIFIED IS MANDATORY The brand name maintenance referenced herein by manufacturer's name and/or part number and nomenclature shall be furnished in strict accordance with manufacturer's published data relating to this material. Complete interchangeability of parts with original equipment is mandatory. There is insufficient time to obtain and analyze data to insure interchangeability of parts if other than the brand name parts specified are furnished; therefore quotes offering other than the hardware and software referenced will be rejected. A single award for all line items will be made to the lowest price technically acceptable offeror. 1.1 CONTRACT TYPE Firm Fixed Price. 1.2 PERIOD OF PERFORMANCE 30 Sept 2011 through 29 September 2012 1.3 PLACE OF PERFORMANCE Defense Logistics Agency (DLA) Enterprise Infrastructure (J-641) 8725 John J. Kingman Road Fort Belvoir, VA 22060-6218 1.4 DELIVERY/PAYMENT POINT OF CONTACT To be named at time of award. 1.5 CONTRACT SPECIALIST Mark Sullivan Phone #: (215) 737-4851 FAX #: (215) 737-7942. Email Address: Mark.Sullivan@dla.mil 1.6 SUBMISSION OF QUESTIONS Questions with respect to this RFP should be submitted via email to the Contract Specialist (see Section 1.8, above). Any technical questions, requests for clarification or requests for data in connection with this RFP must be submitted in writing on or before September 23, 2011 by 12pm (Eastern Time) to allow DLA adequate time to provide answers or to consider potential changes to the RFP. Offerors are strongly urged to follow-up the submission of any questions to the Contract Specialist via telephone to ensure that questions have been received. 1.7 PROPOSAL SUBMISSION All Proposals shall be submitted electronically by email to Contract Specialist listed in 1.8 above. All offers must be submitted on or before September 26, 2011 by 12pm (noon), Eastern Time. 2.1 BASIS FOR AWARD The Government intends to make a single contract award to the eligible responsible, offeror whose total offer on all items is the lowest priced and technically acceptable. 2.2 EVALUATION FACTORS The only evaluation factor for this acquisition effort will be price. CLAUSES: The provisions at 52.212-1, 52.212-3, apply to this acquisition. A completed copy of provision 52.212-3 shall be included with the proposal. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clauses at 52.212-5 and 252-212-7001, Contract Terms and Conditions Required to Implement Statues or Execute Orders-Commercial Items, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.204-7 Central Contractor Registration and 252.204-7004 (AltA) Central Contractor Registration apply to this acquisition, with the following clause checked as applicable: 52.222-2, 52.222-35, and 52.222-36. Offerors must be registered in the CCR and in Wide Area Work Flow prior to solicitation closing. Clause 52.219-9 Small Business Subcontracting Plan is incorporated into the solicitation by reference. The closing date of this solicitation is 22 September 2011 at 12pm (Noon) Eastern time. For additional information concerning this requirement, please contact Mark Sullivan at 215-737-4851 or via E-mail at Mark.Sullivan@dla.mil. 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 address: http://www.dla.mil/j-3/j-336/icps.htm OR http://www.dla.mil/j-3/j-336/logisticspolicy/ procurementlinks2.htm. The following additional clauses are incorporated by reference: CLAUSE TITLE/DATE 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995), with Alternate I (SEP 2006) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.203-3 Gratuites (APR 1984) (10 U.S.C. 2207) 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) DFARS 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006) 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) DFARS 252.211-7006 Radio Frequency Identification (FEB 2007) DFARS 52.211-9010 Shipping Label Requirements-MIL-STD-129P (MAY 2006) DLAD 52.211-9014 Contractor Retention of Traceability Documentation (OCT 2008) DLAD 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003) DFARS 52.232-17 Interest (OCT 2008) 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 52.242-13 Bankruptcy (JUL 1995) 52.242-15 Stop Work Order (AUG 1989) 52.247-9012 Requirements for Treatment of Wood Packaging Material (WPM)(FEB 2007) DLAD
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-PB/SP4701-11-R-0022/listing.html)
 
Place of Performance
Address: 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6218, United States
Zip Code: 22060-6218
 
Record
SN02586384-W 20110923/110922000147-feac14cb1e03aae488a1732070db229b (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.