Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
SOLICITATION NOTICE

70 -- Geological Software Packages w warranties

Notice Date
4/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Box 25046 MS 204, Denver, CO 80225
 
ZIP Code
80225
 
Solicitation Number
0040037390
 
Response Due
4/19/2012
 
Archive Date
10/16/2012
 
Point of Contact
Name: Don Downey, Title: Contract Specialist, Phone: 3032369331, Fax: 3032365859
 
E-Mail Address
ddowney@usgs.gov;
 
Small Business Set-Aside
Total Small Business
 
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.The solicitation number is 0040037390 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-57. The associated North American Industrial Classification System (NAICS) code for this procurement is 541360 with a small business size standard of $4.50M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-04-19 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Denver, CO 80225 The US Geological Survey requires the following items, Brand Name or Equal, to the following: LI 001, Kingdom Suite 2d/3dPAK Core Standalone Software License: Brand Name or Equal to the Salient Characteristics (Attachment 001). Software shall meet FISMA Requirements (Attachment 002)., 1, EA; LI 002, Kingdom Suite 1-year of software support, upgrades, and maintenance warranty for Item 001, 2d/3dPAK Core Standalone License. (Brand Name or Equal)., 1, EA; LI 003, Kingdom Suite EarthPAK Core Standalone License: Brand Name or Equal to the Salient Characteristics (Attachment 001). Software shall meet FISMA Requirements (Attachment 002)., 1, EA; LI 004, Kingdom Suite 1-year of software support, upgrades, and maintenance warranty for Item 003, 2d/3dPAK Core Standalone License. (Brand Name or Equal)., 1, EA; LI 005, Kingdom Suite SynPAK Core Standalone License: Brand Name or Equal to the Salient Characteristics (Attachment 001). Software shall meet FISMA Requirements (Attachment 002)., 1, EA; LI 006, Kingdom Suite 1-year of software support, upgrades, and maintenance warranty for Item 005 ? SynPAK Core Standalone License (Brand Name or Equal)., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, US Geological Survey intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. US Geological Survey is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. A seller must have a current registration in the following four databases to receive this award: 1. CCR RequirementThe USGS requires registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. 2. FEDCONNECT RequirementAwards will be made to vendors registered in the FedConnect database. Vendors may complete registration in FedConnect at https://www.fedconnect.net. 3. ORCA RequirementORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ 4. IPP RequirementElectronic Invoicing and Payment Requirements - Internet Payment Platform (IPP) APRIL 2011 Beginning May 1, 2011, payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). Payment terms for existing contracts and orders awarded prior to May 1 remain the same. The Contractor must use IPP for contracts and orders awarded May 1 and later, and must use the non-IPP invoicing process for those contracts and orders awarded prior to May 1. "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https://www.ipp.gov. The Contractor must use the IPP website to enroll, access and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. The selected seller must comply with the attached (Attachment 003) commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to vendors - Commercial Items, applies to this acquisition; FAR 52.212-3, Vendor Representations and Certifications - Commercial Items - the selected vendor must submit a completed copy of the listed representations and certifications at ORCA (see Database registration requirement; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the attahced clauses in paragraph (b). The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. FAR CLAUSE 52.211-6 BRAND NAME OR EQUAL incorporated by Reference. Manufacturer Information: IHS KINGDOM USA, Seismic Micro-Technology, Inc. www.seismicmicro.com ___________________________ GS0110BRAND NAME OR EQUAL INSERTS(JULY 2001) Bids including other-than-Brand Name products/services shall include supporting documentation that demonstrates the capabilities of the product/service to meet ALL salient characteristics. To comply with FAR 52.211-6 Please provide the following information about an other than Brand Name product:Line Item Number _______ BIDDING ON/PROPOSING: Manufacturer's Name ___________________________ Address, Phone & Website _______________________________________ Brand or Product Name__________________________ Model Name & No. ______________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/0040037390/listing.html)
 
Place of Performance
Address: Denver, CO 80225
Zip Code: 80225
 
Record
SN02724202-W 20120419/120417235527-6d19ac96c491f83230f6500b5c4a30b4 (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.