SOLICITATION NOTICE
D -- Jabber XCP Annual Support
- Notice Date
- 8/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Defense Information Systems Agency, Procurement and Logistics, DITCO-NCR, P.O. 4502, Arlington, VA, 22204-4502, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HC1047-07-T-1002
- Response Due
- 8/20/2007
- Archive Date
- 9/4/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement is the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is HC1047-07-T-1002 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) 05-16 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN current to 20070531. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 511210 with an associated small business size standard of $18M. Offerors must be registered in Central Contractor Registration (CCR). This acquisition is firm-fixed-price and solicited on a Brand Name basis in accordance with FAR 6.302-1. Configuration and compatibility issues justify the use of brand names. Proposals must address whether each contract line item number (CLIN) price proposed by the offeror is based upon open market pricing, or use of an existing vehicle such as GSA Federal Supply Schedule (FSS) pricing, NASA SEWP pricing, etc. If individual CLIN pricing is not on an open market basis, offerors should also include the contract number on which pricing is based as part of their quote for each CLIN. This is an all-or-none requirement. Partial quotes will be deemed unresponsive and will not be evaluated. The Government will award a single contract to the responsible offeror whose offer conforms to the requirements as stated in this synopsis and is most advantageous to the Government based on the technical capability and on the lowest price. Jabber, Inc. as the Original Equipment Manufacturer (OEM) is the only qualified and authorized entity to provide software maintenance of the Jabber XCP product. Jabber, Inc. is the sole software developer, publisher, distributor and OEM of Jabber XCP and all of its related products and services. Jabber, Inc. has consistently offered Federal customers a minimum of 10% off of commercial pricing. DISA, under Joint Staff tasking, is responsible for the architectural design and implementation of GCCS-J collaboration capabilities, of which Jabber XCP is an integral component. This package addresses software maintenance for Jabber XCP. It is essential that this software maintenance not lapse to ensure supportability of this capability. The Defense Information Systems Agency (DISA) requires the following items, EXACT MATCH only: CLIN 0001: Jabber XCP Annual Standard Support for 35,000 users. POP 9/14/2007 through 9/13/2008. CLIN 0002: Jabber XCP Annual Software Maintenance for 35,000 users. POP 9/14/2007 through 9/13/2008. If an item in the above listing has been discontinued or is unclear, offerors may electronically contact Nathan Shumway at james.shumway@disa.mil so the RFQ posting can be amended. Provisions and clauses applicable to this acquisition are as follows: FAR 52.212-1 Instructions to Offerors ? Commercial Items, 52.212-2 Evaluation-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, FAR 52.212-4 Contract Terms and Conditions ? Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Deviation), FAR 52.222-3 Convict Labor, FAR 52.232-17 Interest, FAR 52.232-33 Payment by Electronic Funds Transfer ? Contractor Central Registration, FAR 52.233-3 Protest After Award, FAR 52.247-34 F.O.B. Destination, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7004 Alternate A, and DFARS 252.232-7003 Electronic Submission of Payment Requests. Quotes shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representation and Certifications-Commercial Item; DFARS 252.212-7000(b), Offeror Representation and Certifications-Commercial Item or certification that these have been completed online via Online Representations and Certifications application (ORCA) at http://www.bpn.gov/. The following clauses, applicable to this acquisition, are local DISA clauses and all interested offerors may request a copy from the contract specialist: 52.204-9000 Points of Contact and 52.232-9000 Wide Area Workflow ? Receipts and Acceptance (WAWF-RA). Full text of these provisions and clauses, with the exception of the local clauses, may be obtained from the following websites: http://www.acq.osd.mil/dpap/dars/dfars/index.htm, http://farsite.hill.af.mil/, or http://www.arnet.gov/far/. Responses/proposals shall be submitted electronically to james.shumway@disa.mil no later than 10:00 A.M (Eastern Standard Time) on 20 August 2007. Quotes must be valid for thirty (30) days after due date. Any amendment(s) issued to this RFQ will be published on this website. Therefore, it is the offeror?s responsibility to visit this website frequently for updates on this procurement.
- Place of Performance
- Address: 5275 Leesburg Pike, Falls Church, VA
- Zip Code: 22041
- Country: UNITED STATES
- Zip Code: 22041
- Record
- SN01370372-W 20070815/070813220048 (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 |