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
DOCUMENT

70 -- Repliweb Software licenses and maintenance - SSA-RFQ-08-1717

Notice Date
8/5/2008
 
Notice Type
SSA-RFQ-08-1717
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance, 7111 Security Blvd., Baltimore, Maryland, 21244
 
ZIP Code
21244
 
Solicitation Number
SSA-RFQ-08-1717
 
Archive Date
8/22/2008
 
Point of Contact
Katie Cooney,, Phone: 410-965-9476
 
E-Mail Address
katie.cooney@ssa.gov
 
Small Business Set-Aside
N/A
 
Description
The Social Security Administration has a requirement for RepliWeb Software licenses, accessories and maintenance. This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12 – Acquisition of Commercial Items, as supplemented with additional information included in this notice. The North American Industry Classification Systems (NAICS) code for this requirement is 423430 and the size standard is 100 employees. SSA anticipates awarding a firm fixed price contract. No paper copies of the solicitation will be available; this announcement constitutes the only solicitation. A written request for quotation will not be issued. The incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular 2005-26. Offerors shall reference Solicitation number SSA-RFQ-08-1717 when referring to this synopsis. REQUIREMENT: The following RepliWeb Software Licenses and maintenance: 1) R1 601: R-1 Mesh Topology Perpetual License – Solaris platform 2) R1 601F: Failover Feature 3) RI 601: R-1 Mesh Topology Perpetual License – Windows platform 4) R1 6011: Continuous Update Add-on (real-time replication) 5) R1 6015: Windows Application Deployment Add-on 6) Maint 801: Annual Standard Maintenance and Support 7) Professional Business Services by a Senior Technical Engineer (10 days) DELIVERY INSTRUCTIONS: All deliveries will be at the SSA, National Computer Center (NCC), 6201 Security Blvd., Baltimore, MD 21235 PACKAGING INSTRUCTIONS: All packages must clearly identify the Government Purchase order number on the outer wrappings. CLAUSES: FAR 52.252-2 Clauses Incorporated By Reference (Feb 1998) All Clauses incorporated by reference have the same force and effect as clauses provided in full text. Upon request, the Contracting Officer will make their full text available. In addition, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov FAR 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2007) FAR 52.247-34, F.o.b. Destination (NOV 1991) FAR 52.212-3, Offeror Representations and Certifications –Commercial Items (JUN 2008) INSTRUCTIONS TO OFFERORS: FAR 52.212-1, Instructions to Offerors – Commercial Items (JUN 2008) is incorporated by reference. The following provisions apply: paragraph (a) the NAICS code is 423610 with a size standard of 500 employees; paragraph (b) Offers should be submitted on formal business letterhead stationary and should include the information required by (b)(1),(b)(2),(b)(3),(b)(4)- technical literature including item description (sizes/colors, etc.) and brand name (if applicable). The following provisions also apply: (b)(5) through (b)(9), (b)(11), (c), Also applies: (f), (g), (j), (k) and (l). The following do not apply: (b)(10), (d), (e), (h), (i). AWARD WITHOUT DISCUSSIONS: Offerors are reminded that FAR 52.212-1(g) provides that the Government intends to evaluate offers and award without discussions (except clarifications as described in FAR 15.306(a)). Responses must be submitted by 6:00 p.m. Eastern Standard Time, Thursday August 7, 2008 emailed to Katie.Cooney@ssa.gov. Note to Offerors: The following extensions are not permitted to be sent within SSA's E-mail system: asx, bat, chm, cmd, com, cpl, eml, exe, gz, hta, htm, html, job, js, jse, lnk, mp3, mpeg, ocx pif, reg, scr, shb, shs, vbe, vbs wmd, wmv, wmx, wsf and wsh. File attachments with these extensions will be stripped and deleted from messages as they come in or attempt to go out of the E-mail system. There is also a file size limit of 10 megabytes for messages being received. REPRESENTATION AND CERTIFICATIONS: FAR 52.212-3 – Offerors must include a completed copy of the provisions at FAR Part 52.213-3, Offeror Representations and Certifications – Commercial Items (NOV 2007), with their quote. The Reps & Certs can be found at website http://www.arnet.gov. Notwithstanding the offeror may be registered in ORCA, you are required to complete the following paragraphs which apply specifically to this solicitation: (b), (c)(1) through (c)(6) and (c)(10), as they apply to the applicable NAICS code, (d), (j) for each line item and (l)(3). SOLICITATION INQUIRIES: Inquiries concerning the solicitation document shall be submitted in writing by e-mail to the following address: Katie.Cooney@ssa.gov THE GOVERNMENT MUST RECEIVE ALL INQUIRIES, IN WRITING, NO LATER THAN 12:00 P.M., EST Thursday August 4, 2008. The Government will make every attempt to answer questions, which will not automatically result in the extension of the due date for receipt of quotes. The Government cannot guarantee the answers will be issued at least three (3) calendar days before the quote due date and time. All questions and their respective answers will be made available in the form of an amendment to this announcement. EVALUATION: 52.212-2 Evaluation—Commercial Items (JAN 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: lowest price, technically acceptable. NOTICE OF AWARD: A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7ac078e069c72f843e535b6c945abd33&tab=core&_cview=1)
 
Document(s)
SSA-RFQ-08-1717
 
File Name: Solicitation # SSA-RFQ-08-1717 in detail (SSA-RFQ-08-1717 updated.pdf)
Link: https://www.fbo.gov//utils/view?id=4afdd2b3b439aa9fb5487209e823a609
Bytes: 61.52 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: SSA, National Computer Center (NCC), 6201 Security Blvd., Baltimore, Maryland, 21235, United States
Zip Code: 21235
 
Record
SN01632178-W 20080807/080805224312-7ac078e069c72f843e535b6c945abd33 (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.