Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SPECIAL NOTICE

R -- Oracle/PeopleSoft licenses and continue software maintenance

Notice Date
9/23/2008
 
Notice Type
Special Notice
 
NAICS
561499 — All Other Business Support Services
 
Contracting Office
Federal Energy Regulatory Commission, Office of Finance Accounting and Operations, Division of Procurement, 888 1st Street, N.E., Washington, District of Columbia, 20426
 
ZIP Code
20426
 
Solicitation Number
FERC08-C-80125
 
Archive Date
10/11/2008
 
Point of Contact
Kevin R Woody, Fax: 202-208-0987
 
E-Mail Address
kevin.woody@ferc.gov
 
Small Business Set-Aside
N/A
 
Description
The Federal Energy Regulatory Commission (FERC) has a requirement to renew Oracle/PeopleSoft licenses and continue software maintenance which has a period of performance dates as described below. Request is for Open Market pricing. Please provide statement with your quote indicating that you are an authorized reseller. Also provide with your quote a description of what is included in ‘maintenance'. BRAND NAME JUSTIFICATION: PeopleSoft is a proprietary product of Oracle Corporation and is utilized by The FERC's Enterprise Operations Directorate and is critical to The FERC's business operations. Only Oracle's PeopleSoft brand of software is acceptable for this requirement as it is already integrated into The FERC's architecture. Description of Requirement: Period of Performance for CLIN0001 - CLIN009: 10/01/2008 through 09/30/2009 CLIN0001 through CLIN009 are SUBJECT TO AVAILABILITY OF FUNDS. CLIN0001: PeopleSoft Enterprise Accounts Receivables - Reported Budget Perpetual. Reference: SR# P-99-185-02-000-6 (Qty = 2,500,000,000) CLIN0002: PeopleSoft Enterprise General Ledger for The Public - Reported Budget Perpetual. Reference: SR# P-99-185-00-000-15 (Qty = 2,500,000,000) CLIN0003: PeopleSoft Enterprise Accounts Payable for The Public - Reported Budget Perpetual. Reference: SR# P-99-185-00-000-15 (Qty = 2,500,000,000) CLIN0004: PeopleSoft Enterprise Purchasing for Public Sector - Reported Budget Perpetual. Reference: SR# P-99-185-00-000-15 (Qty = 2,500,000,000) CLIN0005: PeopleSoft Enterprise Benefits Administration for Fe - Nonstandard User Perpetual. Reference: SR# P-97-778-00-000-15 (Qty = 1) CLIN0007: Powerplay - Reference: SR# P-97-778-00-000-15 (Qty = 5) CLIN0008: PeopleSoft Enterprise Human Resource for Federal - Employee Count Perpetual. Reference: SR# P-97-778-00-000-15 (Qty = 1,550) CLIN0009: PeopleSoft Enterprise Payroll for Federal - Employee Count Perpetual. Reference: SR# P-97-778-00-000-15 (Qty = 1,550) Period of Performance for CLIN0010 - CLIN015: 11/08/208 through 09/30/2009 CLIN0010: PeopleSoft Enterprise Edevelopment - Employee Count Perpetual. SR# P-97-778-03-001-11 (Qty = 400) CLIN0011: PeopleSoft Enterprise Ebenefits - Employee Count Perpetual. Reference: SR# P-97-778-03-001-11 (Qty = 400) CLIN0012: PeopleSoft Enterprise Erecruit - Employee Count Perpetual. Reference: SR# P-97-778-03-001-11 (Qty = 400) CLIN0013: PeopleSoft Enterprise Epay - Employee Count Perpetual. Reference: SR# P-97-778-03-001-11 (Qty = 400) CLIN0014: PeopleSoft Enterprise Ecompensation - Employee Count Perpetual. Reference: SR# P-97-778-03-001-11 (Qty = 400) CLIN0015: PeopleSoft Enterprise Eprofile - Employee Count Perpetual. Reference: SR# P-97-778-03-001-11 (Qty = 400) Quote containing OPEN MARKET pricing should be sent by COB, Tuesday, 09/26/2008 via email to Joseph Hodges at Joseph.Hodges@ferc.gov. Questions, comments or concerns should be directed to Joseph Hodges at (202) 502-8164. Quote should contain Open Market Commercial pricing with any applicable discounts applied. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. The provision and clauses are those IAW FAR Part 12 Commercial Items. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I, 52.222-3 Convict Labor; 52.222-19,Child Labor -- Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. To view the clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ffe166e10c40127819765c4fcad52c54&tab=core&_cview=1)
 
Place of Performance
Address: 888 1st street, NE, washington, District of Columbia, 20426, United States
Zip Code: 20426
 
Record
SN01678887-W 20080925/080923220145-ffe166e10c40127819765c4fcad52c54 (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.