Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2011 FBO #3672
SOLICITATION NOTICE

99 -- Server Access Software & Maintenance - Attachment 1 Line Items

Notice Date
12/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-12-Q-5007
 
Archive Date
1/27/2012
 
Point of Contact
Patrick S. VanSant, Phone: 7177704092
 
E-Mail Address
patrick.vansant@dla.mil
(patrick.vansant@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Line Items General information: Document Type: Combined Synopsis Solicitation Solicitation Number: SP3300-12-Q-5007 Posted date: 12 December 2011 Opening Response Date: 12 December 2011 Question Period Closing: 27 December 2011 Closing Response Date: 12 January 2012 Archive Date: 26 January 2012 NAICS Code: 334611 - Software Reproducing Contracting Office: Defense Logistics Agency (DLA) DLA Distribution Acquisition Operations (J7-AB) located at New Cumberland, 2001 Mission Drive, Building 404, New Cumberland, PA 17070. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this notice is SP3300-12-Q-5007. This is a unrestricted procurement for a contractor that can provide all Attachmate Corporation products listed in (Attachment 1 Line Items). Standard commercial warranty should be included in all offers. The associated NAICS code is 334611. The size standard is No. of employees 500 for this NAICS Code. Brand Name Procurement Notice I.A.W. FAR 5.102 (a) (6): Authority cited in accordance with FAR 13.106-1 (b) (1) For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand name or industrial mobilization). Rationale: Awardee: (Attachmate Reflections or Attachmate Reflections Reseller): This type of software follows standardized protocols and design and is in common use throughout the Information Technology (IT) industry. The use of this particular product meets the below requirement. Software described above meets all requirements for product security, system interface compatibility and IT solutions standardization for the enterprise. Selection of any other software product would negate standardization efforts and would not be compatible with DISA for DSS mainframe access. Delivery Site: PPC Software Team DLA-J6NIT Building 54, Door 8 14 Dedication Drive New Cumberland, PA17070 Required Delivery is 30 After Receipt of Order. Note, all offers should include the anticipated delivery date. Other RFQ Information: a.) Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. b.) The method of payment for supplies under this order is by the Acquisition Operations Office via the Government Purchase Card (VISA). c.) See (Attachment 1) for Product Numbers and Descriptions. Clauses and Provisions: This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-54 effective 02 December 2011 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20111207 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2012-02. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (e) multiple offers and (h) multiple awards. OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Unit Price and extended prices for all CLINS (Attachment 1) (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation. FAR 52.212-2 Evaluations Commercial items; - Evaluation for award will be in accordance with FAR 13.106. The Government intends to award a Firm-Fixed Price commercial contract resulting from this notice on an all or none basis to the responsible offeror whose offer is the lowest price and is offering the brand name products and can meet the stated delivery requirements. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 52.212-4 Contract Terms and Conditions-Commercial Items, Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB Destination FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (in paragraph (b)) the following clauses apply: FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-36 Payment by Third Party FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: FAR 52.203-3 Gratuities DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.243-7002 Request for Equitable Adjustment DFARS 252.247-7023 Transportation of Supplies by Sea (ALT III) DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items MARK CONTRACT NUMBER ON ALL CORRESPONDENCE Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense. INSTRUCTION FOR PAYMENT BY GOVERNMENT PURCHASE CARD (a) This contract/order will be paid by Government purchase card. (b) Invoices for supply contracts shall be submitted at time goods are shipped. (c) Invoices for service contracts shall be submitted in accordance with instructions provided in the contract/order. (d) At a minimum, each invoice shall include the following information: (1) Contractor name, address, and CAGE code (2) Invoice date and invoice number (3) Contract number/order number (4) Contract Line Item Numbers (CLIN(s)) (5) CLIN description, quantity, unit of measure, unit price and extended total prices (6) Additional information required by the Prompt Payment Act at FAR 52.232-25 (e) Unless indicated elsewhere in this contract/order, invoices shall be faxed or emailed to the contract specialist identified on page 1 of this document in the block titled "Administered by". Offerors must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with the price offer or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal will render an offeror ineligible for award. The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at https://www.acquisition.gov/Far/. Pricing and representations/certifications are required NLT 11:00 AM EDT ON 12 JANUARY 2012. This information should be submitted to above email address or faxed to 717-770-7591. Contractors must be capable of accepting payment by government credit card for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-12-Q-5007/listing.html)
 
Place of Performance
Address: Acquisition Operations J7-AB, J Avenue, Building 404., New Cumberland, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN02637722-W 20111214/111212234444-9f642aa8224631c4acbb7bc5ed1a3268 (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.