Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2008 FBO #2446
SOLICITATION NOTICE

D -- Annual Support and Software Update for Resolver SE SErver

Notice Date
8/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133C-08-RQ-0915
 
Archive Date
8/29/2008
 
Point of Contact
Janie M Laferty,, Phone: 757-441-6875
 
E-Mail Address
Janie.M.Laferty@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined Synopsis/Solicitation for Commercial Items prepared in accordance with FAR 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 Request for Quotation (RFQ) number is EA133C-08-RQ-0915. The U.S. Department of Commerce, NOAA, National Ocean Service, Center for Coastal Environmental Health and Biomolecular Research, Charleston, SC intends to purchase on a FOB destination basis the following: Line item 0001 Annual Support and Software Update Protection for Resolver SE Server and two (2) named users Line item 0002 Oracle Standard Edition ASFU License for Rosetta Resolver System, Annual Support and Software Update with one (1) twelve month base year and four (4) option years: Scope of Work The Contractor shall furnish Customer Technical Support for the Rosetta Resolver gene expression analysis software, both client and server side applications. The application server and client machines are located on the Fort Johnson Marine laboratories campus, Fort Johnson Rd, Charleston, SC. "Customer Technical Support" refers to the preventative, maintenance, and remedial services that are necessary to assist the Government in maintaining the operation of the Rosetta Resolver system substantially in accordance with the system documentation and the system's designed uses. Availability for Servicing The Government agrees to make the client workstations and application server covered by this contract available for servicing at the appropriate times of needed support. The Government's representative shall contact the Contractor's representative for a mutually agreeable date and time for execution of this support/consultancy agreement over the duration of the coverage period. Updates Contractor shall provide access to updates and guidance for installation of updates when necessary. Standard Support or Services Support for the fundamental maintenance requirements will be provided during the hours of 9:00 AM to 7:00 PM Eastern Time, Monday through Friday, excluding holidays through the following forms: • Support via e-mail • Telephone support for initial system installation • Access to online support information Exceptions to Support Agreement In extreme instances, support may be required but not covered under this agreement. The government may exercise additional support options at a base rate of $200 per hour. Technical Support not covered by this agreement when due to any of the following: • Conditions at the Government's premises that do not reasonably conform to Rosetta Biosoftware's specifications needed for the proper use of the Resolver system; • Accidents, natural disasters, fires and/or water damage, neglect, improper use, acts of war, riots, strikes. • Government's failure to properly backup the Resolver system server hardware or to properly restore data from back-up media to the server hardware; • Physical damage to the Rosetta Resolver system caused by the Government or a third-party; or • Modification or alteration of the system, except where performed or authorized by Contractor. Security The C&A requirements of clause 73 do not apply and that a Security Accreditation Package is not required. The period of performance will be as follows: Base year: September 30, 2008 through September 29, 2009 Option year 1: September 30, 2009 through September 29, 2010 Option year 2: September 30, 2010 through September 29, 2011 Option year 3: September 30, 2011 through September 29, 2012 Option year 4: September 30, 2012 through September 29, 2013 Offeror should submit unit prices for each period in a quarterly amount. In order to comply with the Debt Collection Improvement Act of 1966, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a federal contract. For information regarding registration in CCR contact the CCR website at www.ccr.gov/index.cfm. The FSC for this is R499 and the NAICS Code is 811219. The government intends to award a firm-fixed price purchase order for this requirement. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. FAR 52.212-1 Instructions to Offerors-Commercial Items applies. FAR 52.212-4 Contract Terms and Conditions - Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, and FAR 52.217-9 Option to Extend the Term of the Contract applies. Clauses may be viewed in their entirety at www.arnet.gov. No Defense Priorities and Allocations System (DPAS) rating is assigned. Offers must be submitted to the Acquisition Management Division, ERAD, 200 Granby Street, Room 815, Norfolk, VA 23510 by 11:00 A.M. EST. August 14, 2008. Offers may be faxed to 757-664-3645 or via email to: Janie.M.Laferty@noaa.gov. Inquires will only be accepted via email to Janie.M.Laferty@noaa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=89802f7380c8efa9a1fb976b6ae30ad9&tab=core&_cview=1)
 
Place of Performance
Address: NOAA/National Ocean Service, Center for Coastal Environmental Health and Biomolecular Research, 219 Fort Johnson Road, Charleston, South Carolina, 29412, United States
Zip Code: 29412
 
Record
SN01632126-W 20080807/080805224155-89802f7380c8efa9a1fb976b6ae30ad9 (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.