SOLICITATION NOTICE
70 -- Primavera software license maintenance renewal
- Notice Date
- 7/17/2007
- Notice Type
- Solicitation Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- 4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
- ZIP Code
- 92110-3127
- Solicitation Number
- N00039-07-T-0001
- Response Due
- 8/2/2007
- Archive Date
- 9/1/2007
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under RFQ N0003907T0001. A subsequent solicitation document will not be issued. The Space and Naval Warfare Systems Command (SPAWAR), intends to award a sole source firm fixed price (FFP) type contract to Primavera Systems, Inc, Three Bala Plaza, Suite 700, Bala Cynwyd, PA for Primavera software license maintenance renewal (CLIN 0001). Primavera is a client-server scheduling and project management tool. The tool is licensed from the vendor, Primavera Systems, Inc on a per seat basis. Initial licenses for these seats have already been purchased; this contract is for the 12 month maintenance renewal of the software license and purchase Web Logic middleware (CLIN 0002) which is required to operate the software. This middleware will be purchased through Primavera Systems, Inc. Primavera Systems, Inc is the only source that licenses Primavera software. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 and the following provisions and clauses are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-1, Instructions to Offerors (JAN 2005); 52.212-3 Alt 1, Offeror Representations and Certifications-Commercial Items (MAR 2005) Alternate I (APR 2002); 52.212-4 Contract Terms and Conditions-Commercial Items (SEPT 2005); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.203-6 Restrictions on SubContractor Sales to the Government (JUL 1995), with Alternate I (OCT 1995); 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.222-39, Notification of Employee Rights 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232- 33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). 52.225-8 Duty Free-Entry (FEB 2000). At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 2:00pm Pacific Time on August 2, 2007. Offers can be e-mailed to martin.richards@navy.mil or faxed to 619- 524-7158. Reference RFQ N0003907T0001 on your proposal. Numbered Note 22 applies except all responses to this sole source announcement must be received by 2:00pm Pacific Time on August 2, 2007 (15 days). Responses to this notice of intent to award to Primavera Systems, Inc should be submitted to Frederick Renz, Contracting Officer, Code 02A2-D, Building OT4, Space and Naval Warfare Systems Command, 4301 Pacific Hwy., San Diego, CA 92110- 3127. For information regarding this notice, please contact Marty Richards at (858)537-8845 or martin.richards@navy.mil. The NAICS Code is 511210 ($21,000,000 Dollars).
- Web Link
-
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=8B8E84D048E052548825731B007E9A32&editflag=0)
- Record
- SN01344668-W 20070719/070717221954 (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 |