Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2003 FBO #0682
SOLICITATION NOTICE

D -- Microsoft Premier Support Service

Notice Date
10/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Justice Management Division, Procurement Services Staff (PSS), 1331 Pennsylvania Avenue, N.W. National Place Building, 10th Floor, Washington, DC, 20530
 
ZIP Code
20530
 
Solicitation Number
DOJ-APG-4-X-013
 
Response Due
10/16/2003
 
Archive Date
10/17/2003
 
Point of Contact
Nick Nichols, Contracting Officer, Phone (202) 307-1940, Fax (202) 307-1931,
 
E-Mail Address
Nick.Nichols@usdoj.gov
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 - STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS - AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT WITH THE ACCOMPANYING SOLICITATION STATEMENT OF WORK CONSTITUTE THE ONLY SOLICITATION. QUOTATIONS (RFQ'S) ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-16. This acquisition is unrestricted. The associated North American Industrial Classification System (NAICS) code for this procurement is 541511 with a small business amount standard of $21 million. All interested parties may submit a quote. The United States Department of Justice (USDOJ) has a need for Microsoft Premier Support Services to include 560 TAM Hours, 140 Support Incidents, 1 Microsoft TechNet Plus subscriber and 1 MSDN Subscription. Period of performance is for a base year with three consecutive option periods of 12 months each. Award shall be to the offeror whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability Factor "Meeting or Exceeding the Requirement of the SOW", 2) Past Performance, and 3) Price. Technical and Past Performance, when combined, are more important than price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Evaluation of Past Performance shall be based on the references provided in accordance with FAR 52.212-1(b)(10) and/or information provided by DOJ and its affiliates. Offerors shall provide a list of at least THREE (3) REFERENCES to whom the same or similar services have been sold. The list of references shall include, at a minimum, the name of the reference contact person, the company or organization, the telephone number of the reference contact person; the contract number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the dates of the services. Past Performance shall be evaluated to determine the overall quality of the services provided. Offerors with no relevant past performance shall not be evaluated favorably or unfavorably. The offeror selected to receive the award of a purchase order resulting from this solicitation must register with the Central Contractor Registration (CCR) Database prior to receiving the award. The CCR may be accessed at http://www.ccr.gov. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: PROVISIONS: 52.204-6, Data Universal Numbering System (DUNS) Number; 52.204-7 Central contractor registration; 52.212-1, Instructions to Offerors-Commercial Items. CLAUSES: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate 1; (7) 52.219-8, Utilization of Small Business Concerns; (9) 52.219-14, Limitations on Subcontracting; (11) 52.222-21, Prohibition of Segregated Facilities; (16) 52.222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (14) 52.222-19, Child Labor - Cooperation With Authorities And Remedies; (22) 52.225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act); (24) 52.225-13, Restriction on certain Foreign Purchases; and (25) 52.225-15, Sanctioned European Union Country End Products; (29) 52.232-34, Payment by Electronic Funds Transfer - Central Contractor Registration. Additional FAR clauses are: 52.217-5, Evaluation of Options; 52.217-6, Option for Increased Quantity; 52.217-9, Option to Extend the Term of the Contract; and 52.232-18, Availability of Funds. All interested parties should submit quotes to include the following: 1) a quotation which addresses each requirement of the SOW including unit price for each required service item; 2) the technical description and/or product literature to accomplish the requirements; 3) the most recent published price list(s); 4) Past performance information as described above; and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. All quotes should be sent to the United States Department of Justice, Justice Management Division, Acquisition Programs Group, Attn: Nick Nichols, Suite 1040, 1331 Pennsylvania Avenue, NW, Washington DC, 20530. Submission must be received by 3:00 p.m. local time on October 16, 2003. FAX QUOTES TO 202-307-1931.
 
Place of Performance
Address: At the vendor's facility
 
Record
SN00449508-W 20031010/031008213128 (fbodaily.com)
 
Source
FedBizOpps.gov 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.