Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2006 FBO #1852
SOLICITATION NOTICE

70 -- OFFICEWRITER EE LICENSE & MAINTENANCE

Notice Date
12/20/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
1701 N Fort Myer Drive, Rosslyn, VA 20999
 
ZIP Code
20999
 
Solicitation Number
1064-795613
 
Response Due
12/21/2006
 
Archive Date
6/19/2007
 
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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 1064-795613 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 05-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000 employees. 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 2006-12-21 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be ROSSLYN, VA 22209 The Department of State requires the following items, Exact Match Only, to the following: LI 001, OfficeWriterEE Software License and Maintenance for 5 CPUs: *server CPU, *Gold Support: Subscription to Gold Support -Gold Service offers a guaranteed response within 2 business hours with continuous effort to resolve business critical issues. Gold Support also includes many additional services: *Two-hour guaranteed response time, *Major upgrades, *Knowledge base, *Peer-supported discussion list, *Unlimited number of incidents, *Dedicated priority phone line, *Dedicated priority email address, *Senior engineer, *Email scripts for analysis. , 5, EA; For this solicitation, Department of State 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. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, 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, contact Frederick Washington at washingtonfj@state.gov 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. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The Office of Acquisition Management (A/LM/AQM), Department of State (DoS), is processing this acquisition at the request of the Bureau of Resource Management, Office of the Executive Director, Information Technology Unit (RM/EV/IT). This Justification and Approval (J&A) on a brand name only basis is for the use of Office WriterEE Software and 12-month Maintenance. The use of a brand name description is essential to the Government?s requirements, for Department of State infrastructure connectivity requirements, thereby precluding consideration of the products of another company.RM/EV/IT has identified the Office WriterEE Software is a sub-component of a greater system called MSP/BSP. The MSP/BSP is a system that among other things provide the ability for the State Department to comply with mandatory annual Congressional reporting requirements. The regulatory authority is 41 USC 253?(1) and FAR 6.302-1, only one responsible source is available and no other business software can provide adequate support for DoS?s MSP/MBP system.As this is a brand name only justification, no one contractor?s unique qualifications are cited as the basis for this justification. Rather, the software identified by brand name herein has been determined to be the only software that meets the Department?s requirements as a key sub-component of the Department?s MSP/MBP system. The reports to Congress have very particular formatting requirements. These formatting requirements can be accomplished through time intensive manual methods, which Microsoft does not support but the Office Writer application is specifically designed and supported to automate these functions. Another function performed by the application is complex merges of data from different sources in unique (variable) ways.The developers that provide the MSP/MBP system have made Office Writer a requirement for their product. A further consideration is that the delivery dates for the congressional report are firm. The impact for not meeting these deadlines would be significant and severe.
 
Web Link
www.fedbid.com (b-35902_01, n-4803)
(http://www.fedbid.com)
 
Place of Performance
Address: ROSSLYN, VA 22209
Zip Code: 22209
Country: US
 
Record
SN01200258-W 20061222/061220220435 (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.