Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
SOLICITATION NOTICE

D -- SAS INSTITUTE JMP SOFTWARE RENEWAL

Notice Date
7/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), DOC/NOAA/NOS/NCCOS/CCFHR, 101 Pivers Island Road, Beaufort, North Carolina, 28516-9722, United States
 
ZIP Code
28516-9722
 
Solicitation Number
EE-133C-14-RQ-0839
 
Archive Date
8/29/2014
 
Point of Contact
Lorraine J Edwards, Phone: 252-728-8724
 
E-Mail Address
Lorraine.Edwards@noaa.gov
(Lorraine.Edwards@noaa.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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. In accordance with FAR 19.5 this action is reserved exclusively for small business concerns. The U.S. Dept. of Commerce, NOAA, National Ocean Service, National Centers for Coastal Ocean Service, 1305 EAST-WEST Hwy, SSMC4, Silver Spring, MD 20910 has a requirement for SAS Institute PCJMP proprietary software product licenses and renewals. All requirements are to be provided in accordance with the provided Statement of Need/Work. This acquisition has been issued as an RFQ reference (EE133C-14-RQ-0839) and will be awarded as a firm fixed price order under simplified acquisition procedures. All responsible sources may submit a quote in accordance with the paragraph above. This is a solicitation for supply/services prepared in accordance with the format in FAR Subpart 13.0, as supplemented with additional information included in this notice. The quotations will be evaluated on an all or none basis. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-74. The Federal Supply Code (FSC) is D319. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $35.5 Mil. FAR 52.212-1 Instructions to Offerors-Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation-Commercial Items. Award will be made to the responsible, responsive offeror whose offer will result in the acquisition of MATLAB licenses purchase and renewals. A Brand Name award, lowest technically acceptable price and who can best meets the requirements listed. FAR 52.212-4, Contract Terms and Conditions-Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2007) applies and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition, as such consider the following clauses checked, (10), (12i), (25), (28), (29), (30), (31), (33), (40), (44), and (50). The following addenda or additional terms and conditions apply; None. No Defense Priorities and Allocations System (DPAS) rating is assigned. The Government intends to award a Brand Name product, lowest price and technically acceptable, firm fixed-price contract on an all or none basis. Authorization for this request is 41 USC 253C(1) and 41 USC 253C (2). The responses shall be received via electronic means to Lorraine.Edwards@noaa.gov on or about August 14, 2014 as a receipt/close date/ 2:00 PM (EDT) and an award to be made on or about August 20, 2014. Electronic submission of the contractor's proposal is hereby authorized, but must be transmitted by the posted response date and time. To be eligible for award, offerors must be registered in the System for Award Management (SAM) to be considered for an award of a federal contract. For information regarding registration in SAM contact the SAM website at www.sam.gov/portal/public/SAM/; offerors must also obtain a Data Universal Numbering System (DUNS) number and provide it with the offer. All responsible sources may submit a quote, which shall be considered by the agency. For information concerning this acquisition, please forward inquiries via e-mail to Lorraine Edwards, Purchasing Agent at Lorraine.Edwards@noaa.gov. Inquiries will only be accepted via email. STATEMENT OF NEED Scientific and Technical Service For Annual Software Maintenance Renewal for SAS Institute Inc., JMP Software JMP Software, several software applications and modular's have been written and created based on SAS Institute Inc., JMP Software for processing biogeography data and imagery, among several other applications. Qty OME Part# Item Description 1 SAS-PCJMP-80M PCJMP for 80 Users, Windows Annual Maintenance For Site ID# 511679. Period of Performance 8/1/14 to 7/31/15. Total 80-User Site Licenses with Maintenance Acquisitions where you are purchasing products (hardware/software): IT Security Requirements The Certification and Accreditation (C&A) or Assessment and Authentication (A&A) requirements of Clause 48 CFR 1352.239-72 do not apply, and a Security Accreditation Package is not required. The contractor will not have access to any government owned equipment or be furnished government privileged information. The contractor will only supply software, product license and will not require the use of any contractor owned equipment. The contractor will not have remote access to any government owned equipment. The contractor must provide all supporting documentation or a reference to obtain the necessary material which describes the security capabilities, the design and development processes and the testing and evaluation procedures used by the product or services being provided for this acquisition. The contractor must provide all supporting documentation or a reference to obtain the necessary material which describes all product or service updates and enhancements as they are implemented. The product or service supporting documentation could be the user and system administrator guides, which is documents the functional properties of the security controls employed to permit the analysis and testing of the security controls. The contractor must provide sufficient document demonstrating the software being provided complies with Office of Management and Budget Memorandum M-07-18 entitled Ensuring New Acquisitions Include Common Security Configurations. For Windows applications, the provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC), United States Government Configuration Baseline (USGCB) initiative or other NIST identified (http://checklists.nist.gov) secure configuration. The standard installation, operation, maintenance, update and/or patching of software shall not alter the configuration settings from the approved FDCC/ USGCB/other secure configuration. The information technology should also use the Windows Installer Service for installation to the default "program files" directory and should be able to silently install and uninstall. Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. The contractor must provide sufficient documentation which demonstrates the acquiring information technology has implemented common security configurations. Common security configurations are available from the National Institute of Standards and Technology's website at http://checklists.nist.gov. The contractor includes the necessary product support and supporting documentation for the hardware and/or software that allows the sanitization (following NIST Special Publications 800-88 Guidelines for Media Sanitization) of the hardware and/or software upon the disposal of the product. The contractor must ensure that the product being purchased complies with the Homeland Security Presidential Directive 12 (HSPD-12) requirements from FAR 4.1302 stating: (a) In order to comply with FIPS PUB 201, agencies must purchase only approved personal identity verification products and services. (b) Agencies may acquire the approved products and services from the GSA, Federal Supply Schedule 70, Special Item Number (SIN) 132-62, HSPD-12 Product and Service Components, in accordance with ordering procedures outlined in FAR Subpart 8.4. The contractor must ensure that the product being purchased complies with Internet Protocol Version 6 (IPv6) requirements from FAR part 11.002 (g) stating: when acquiring information technology using Internet Protocol, the requirements documents must include reference to the appropriate technical capabilities defined in the USGv6 Profile (NIST Special Publication 500-267) and the corresponding declarations of conformance defined in the USGv6 Test Program. The applicability of IPv6 to agency networks, infrastructure, and applications specific to individual acquisitions will be in accordance with the agency's Enterprise Architecture (see OMB Memorandum M-05-22 dated August 2, 2005).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CCEHBRMD/EE-133C-14-RQ-0839/listing.html)
 
Place of Performance
Address: 1305 EAST-WEST HWY, SSMC4, SILVER SPRING, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN03440408-W 20140730/140728235216-2ca1fd06a5ad4f7e61e9f373e99b647f (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.