Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOLICITATION NOTICE

70 -- SOLE SOURCE: Oracel License Renewals

Notice Date
4/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018912T0117
 
Response Due
4/30/2012
 
Archive Date
5/30/2012
 
Point of Contact
Jill Joscelyn 757-443-1219 Scott Wilkins, 757-443-1326
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 using Simplified Acquisition Procedures under the Acquisition of Commercial Items at FAR 12. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N0018912T0117. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-55 and DFARS Change Notice 20120130. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 511210 and the Small Business Standard is $25M.. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with ONLY ONE SOURCE under the authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Sole Source provider is: ORACLE America, Inc. 1900 Oracle Way Reston, VA 20190-4733 This supply/services action is for: (8) Real Application Clusters-Processor Perpetual Renewal. CSI: 16876805. Full Use and (17) Internet Application Server Enterprise Edition - Processor Perpetual Renewal CSI 16876805. Full Use The required supplies are sole source to ORACLE America, inc. as Oracle is the manufacturer and issuer of the original licenses. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008); 52.212-3 Offeror Representations and Certifications-Commercial Items ALT I(AUG 2009); 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010); 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders “Commercial Items (JUL 2010), The following clauses apply and are incorporated by reference: 52.222.50 Combating Trafficking in Persons (FEB 2009) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28 Post Award Small Business Program Rerepresentation 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.232-33 Payment by Electronic Funds Transfer - CCR 52.215-5 Facsimile Proposals; 52.247-34 F.O.B. Destination (NOV 1991) 52.252-2 Clauses Incorporated by Reference 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A CCR Alternate A 5252.232-9402 Wide Area Workflow (WAWF) Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010), The following clauses apply and are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.225-7001 Buy American Act & Balance of Payments 252.232-7003 Electronic Submission of Payment Requests 252.243-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023 Alt III Transportation of Supplies by Sea 252.232-7010 Levies on Contract Payments (DEC 2006) 252.225-7000 Buy American Act-Balance of Payments Program Certificate The following clause is incorporated by full text; 5252.NS-046P Prospective Contractor Responsibility (AUG 2001) FISC Norfolk: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor ™s current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of the contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor ™s compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor (s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company ™s Financial Statement which includes Balance Sheet and Income Statement; and (2) Point Of Contact from their Bank or any financial institution with which they transact business. All quotes shall include the requested items, with their unit prices, extended prices, and total price, a point of contact, name and telephone number, GSA contract number if applicable, business size, prompt payment terms. Quote over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This announcement will close at 08:00 AM ET on Monday, 30 April 2012. Contact Jill Joscelyn who can be reached at (757) 443-1219 or email jill.joscelyn@navy.mil. Offers may be emailed to jill.joscelynbs@navy.mil, reference N0018912T0117 on your proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018912T0117/listing.html)
 
Place of Performance
Address: US FLEET FORCES COMMAND
Zip Code: 1562 MITSCHER AVE SUITE 250
 
Record
SN02721285-W 20120414/120413000314-84a8553b72267edf331a417928829615 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.