Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
MODIFICATION

D -- Survey Tool

Notice Date
6/8/2015
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Securities and Exchange Commission, Office of Acquisitions, Office of Acquisitions, 100 F Street, NE, MS-4010, Washington, District of Columbia, 20549, United States
 
ZIP Code
20549
 
Solicitation Number
63000-15-0259
 
Archive Date
6/26/2015
 
Point of Contact
Debbie M. Miller, Phone: 202.551.8254, Takela Morris, Phone: (202) 551-7483
 
E-Mail Address
millerd@sec.gov, morrist@sec.gov
(millerd@sec.gov, morrist@sec.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared for Novi Survey tool services (Brand Name or Equal) for the U.S. Securities and Exchange Commission, as detailed below, in accordance with the format in 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 is SECHQ115Q0112 and is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-82. The NAICS code associated with this procurement is 541511, Custom Computer Programming Services. This is a total small business set-aside. The small business standard is $25,000,000.00. Respondents shall follow the contract line item number (CLIN) structure detailed below: ITEM NO Description Quantity Unit of Measure Total 0001 Novi Survey Perpetual Professional License (or equal) for One Year, including support and upgrades 1 EACH The contractor shall provide Novi Survey Perpetual Professional Licenses or equal, including annual support and upgrades for one year. Salient characteristics are provided in Attachment A. The Brand name or Equal information MUST be attached to the quote (see 52.211-6 Brand Name or Equal (Aug. 1999)) and be in sufficient detail to allow the buyer (i.e. Government) to determine if the "equal" item(s) meet(s) the listed salient (important) characteristic(s) of the listed brand name item(s). As described in section 4 (see directly above), the descriptive "equal" information MUST be in the same order as the governments list of description(s) (see below) and salient characteristic(s) (see below). Failure to do so may exclude the vendor's quote from any consideration for award. The Period of Performance is for one year. The place of performance is at the U.S. Securities and Exchange Commission's headquarters offices in Washington, DC. The following FAR provisions and clauses apply: 52.211-6 Brand Name or Equal (Nov. 1999). (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. 52.212-1 Instructions to Offerors (APR 2014) applies to this acquisition. Offerors are required to submit existing product literature, capability statements, etc. that clearly describes the company's technical capability to meet the requirements indicated in the solicitation. 52.212-2 Evaluation of Commercial Items (OCT 2014) applies. The Government will award a purchase order with firm fixed pricing resulting from this solicitation to the responsible quoter whose quote, conforming to the solicitation, is lowest price technically acceptable In addition, per FAR Subpart 11.801 Test, the software may be evaluated under comparable in-use conditions. The results may be used to determine technical acceptability. The vendor may be required to provide a trial period of the software (i.e. trial for up to 90 days). If tests are not performed before award, acceptance of the product shall depend on compatibility with SEC systems. Evaluation of past performance will be based on information gathered from the Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (MAR 2015) with its offer unless the offeror has Representations and Certifications entered into the ORCA database at https://www.acquisition.gov/far/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the combined synopsis/solicitation, may be excluded from consideration. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at https:// www.acquisition.gov/far/. FAR 52.212.4 Contract Terms and Conditions Commercial Items (MAY 2015) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2015) applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.203-6 Restriction on Subcontractor Sales to the Government (Sept 2006); 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JULY 2013); 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013); 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013); 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (DEC 2014); 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011). 52.222-37 Employment Reports on Veterans (JUL 2014); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (JUL 2013); 52.217-8 Option to Extend Services (Nov1999); 52.217-9 Option to Extend the term of the Contract (Mar 2000) are also included by reference. All questions regarding this notice shall be directed to Debbie M. Miller, Contract Specialist at millerd@sec.gov no later than 5:00 PM Friday, June 5, 2015 EST. All quotes must be for all contract line items, as stated. Partial quotes will not be considered. Quotes shall be submitted electronically to Debbie M. Miller, Contract Specialist at millerd@sec.gov no later than Thursday, June 11, 2015 at 3:00 PM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/63000-15-0259/listing.html)
 
Place of Performance
Address: US Securities and Exchange Commission, 100 F Street NE, Washington, District of Columbia, 20549, United States
Zip Code: 20549
 
Record
SN03756971-W 20150610/150608235125-eaad2c75c3db1f969d00fb6205efe78d (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.