DOCUMENT
D -- ORACLE MAINTENANCE/SUPPORT SERVICE - DESCRIPTION OF SUPPLIES/SERVICES
- Notice Date
- 12/5/2008
- Notice Type
- DESCRIPTION OF SUPPLIES/SERVICES
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- 1051624-09-DH
- Archive Date
- 12/25/2008
- Point of Contact
- Debbie Hammond, Phone: (301) 827-7157, Ted L Weitzman,, Phone: 301-827-7178
- E-Mail Address
-
deborah.hammond@fda.hhs.gov, ted.weitzman@fda.hhs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 1051624-09-DH. This acquisition is issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27 (iv) The associated NAICS code and small business size applicable to this requirement is 811212. This is a small business set aside for authorized oracle resellers and the small business size standard is 500 employees.. (v) The Attachment No. 1 contains a list of contract line item number(s) and items, quantities and units of measure to be maintained/supported. (vi) Description of requirements: The Contractor shall provide Oracle’s Premier Level Support Maintenance for the attached list of Oracle NSO licenses for Oracle database, middleware, and applications. Premier Level maintenance includes, but is not limited to, the following: 1. Access to major Oracle product and technology releases electronic files via download or CD: 2. Access to Global Technical support, 24x7, both live via toll-free phone and online via Oracle’s Metalink web site and knowledge base by authorized FDA OIM IT Specialists. FDA may designate as many authorized Metalink users as needed: 3. The ability to directly download and receive Updates, fixes, security alerts, data fixes, and critical patch updates released throughout the term of the Premier support contract via Oracle’s Metalink Website and email: 4. Tax, legal, and regulatory updates are released throughout the term of the support contract as needed and provided electronically for download or via CD: 5. Access to electronic copies of upgrade scripts or tools released throughout the term of the support contract for download or via electronic media such as CD or flash drive: 6. Access to current lists of all new licensed Oracle products and third-party products/ versions certified by Oracle for compatibility with individual Oracle versions. vii) The delivery of any documentation shall be at the FDA Parklawn facility at 5600 Fishers Lane, Rockville, MD 20857. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included are as follows: The Government will select the bidder whose offer best conforms to the solicitation and is most advantageous to the Government. The ability to provide the requested support is the most important factor. If proposals are equal in their technical merit, lowest price will become the determining factor. The minimum requirements for the maintenance/support are: 1. Provide Oracle Premium Support - 24 X 7 Global phone support and FDA access to Oracle Metalink Support web site, ability to download Oracle products including major and minor releases, security patches and bug fixes from an Oracle website, and provide proactive automated support tools, 2. Provide software licensing for FDA Oracle NSO provided products. The Government reserves the right to review an offerors past performance record and to award without discussions based on initial quotation submissions. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition and offerors are required to submit a completed copy with its offer. (xi) The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition (xii) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition and the following additional clauses apply to this acquisition: 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644); 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 627(s)(4); 52.219-14, Limitation on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14);); 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (Fed 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-5; Trade Agreements (Nov 2007) (19 U.S.C. 2501); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332); HHSR 352.270–19 Electronic and Information Technology Accessibility (January 2006) Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) as amended by Public Law 105–220 under Title IV (Rehabilitation Act Amendments of 1998), all Electronic and Information Technology (EIT) developed, procured, maintained, and/or used under this contract shall be in compliance with the ‘‘Electronic and Information Technology Accessibility Standards’’ set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the ‘‘Access Board’’) in 36 CFR part 1194. The complete text of Section 508 Final Standards can be accessed at http://www.access-board.gov/sec508/standards.htm. The standards applicable to this requirement are: Subpart B -- Technical Standards § 1194.21 Software applications and operating systems. (a) When software is designed to run on a system that has a keyboard, product functions shall be executable from a keyboard where the function itself or the result of performing a function can be discerned textually. (b) Applications shall not disrupt or disable activated features of other products that are identified as accessibility features, where those features are developed and documented according to industry standards. Applications also shall not disrupt or disable activated features of any operating system that are identified as accessibility features where the application programming interface for those accessibility features has been documented by the manufacturer of the operating system and is available to the product developer. (c) A well-defined on-screen indication of the current focus shall be provided that moves among interactive interface elements as the input focus changes. The focus shall be programmatically exposed so that assistive technology can track focus and focus changes. (d) Sufficient information about a user interface element including the identity, operation and state of the element shall be available to assistive technology. When an image represents a program element, the information conveyed by the image must also be available in text. (e) When bitmap images are used to identify controls, status indicators, or other programmatic elements, the meaning assigned to those images shall be consistent throughout an application's performance. (f) Textual information shall be provided through operating system functions for displaying text. The minimum information that shall be made available is text content, text input caret location, and text attributes. (g) Applications shall not override user selected contrast and color selections and other individual display attributes. (h) When animation is displayed, the information shall be displayable in at least one non-animated presentation mode at the option of the user. (i) Color coding shall not be used as the only means of conveying information, indicating an action, prompting a response, or distinguishing a visual element. (j) When a product permits a user to adjust color and contrast settings, a variety of color selections capable of producing a range of contrast levels shall be provided. (k) Software shall not use flashing or blinking text, objects, or other elements having a flash or blink frequency greater than 2 Hz and lower than 55 Hz. (l) When electronic forms are used, the form shall allow people using assistive technology to access the information, field elements, and functionality required for completion and submission of the form, including all directions and cues. Subpart C -- Functional Performance Criteria § 1194.31 Functional performance criteria. (a) At least one mode of operation and information retrieval that does not require user vision shall be provided, or support for assistive technology used by people who are blind or visually impaired shall be provided. (b) At least one mode of operation and information retrieval that does not require visual acuity greater than 20/70 shall be provided in audio and enlarged print output working together or independently, or support for assistive technology used by people who are visually impaired shall be provided. (c) At least one mode of operation and information retrieval that does not require user hearing shall be provided, or support for assistive technology used by people who are deaf or hard of hearing shall be provided. (d) Where audio information is important for the use of a product, at least one mode of operation and information retrieval shall be provided in an enhanced auditory fashion, or support for assistive hearing devices shall be provided. (e) At least one mode of operation and information retrieval that does not require user speech shall be provided, or support for assistive technology used by people with disabilities shall be provided. (f) At least one mode of operation and information retrieval that does not require fine motor control or simultaneous actions and that is operable with limited reach and strength shall be provided. Subpart D -- Information, Documentation, and Support § 1194.41 Information, documentation, and support. (a) Product support documentation provided to end-users shall be made available in alternate formats upon request, at no additional charge. (b) End-users shall have access to a description of the accessibility and compatibility features of products in alternate formats or alternate methods upon request, at no additional charge. (c) Support services for products shall accommodate the communication needs of end-users with disabilities. Invoice/Payment – Contractor must be Registered in the Central Contractor Registration (CCR) site and the information should be updated as needed: Vendors must ensure that they are registered and the information that appears in the CCR is updated and correct. The FDA is not responsible for delay of payment (or interest accrued) due to incorrect accounts or information listed in the CCR. The two websites listed provide the relevant information regarding registration and updating your CCR account. Under Federal Acquisition Regulations 4.1102, "Prospective Contractors shall be registered in the CCR database prior to award of a contract or agreement." https://eupdate.dnb.com/requestoptions/government/ccrreg/ and http://www.ccr.gov/handbook.asp ; Payment will be made only after satisfactory completion of concrete deliverables/service. Payment for the deliverables/services will occur only after and in the following order: a. a purchase order has been generated by the FDA contracting office. The contractor shall NOT provide service to the FDA until a purchase order has been received. This is considered an illegal procurement by the government; b. The FDA is being provided access to the resource; c. within 30 days of the FDA Office of Financial Services (OFS) having received and accepted a proper invoice as defined below. A proper invoice from the contractor shall contain the following: Invoice date Invoice name FDA account number issued by the contractor FDA purchase order number displayed in block 3 of the purchase order Description including price, quantity, discount, shipping and performance terms Tax Identification Number (TIN) Electronic Funds Transfer (EFT) and/or remittance information Company contact name, title and direct telephone number Omission of one or more of the above requirements will result in the invoice being rejected. The 30-day window for OFS to pay on the invoice will begin again once a proper invoice is received. The contractor shall address the invoice to the office noted in the purchase order. (xiv) Not applicable,. (xv) Any questions must be submitted in writing via email to dhammon1@oc.fda.gov no later than 9:00 AM Eastern Time 9 December 2008. Answers will be posted via an amendment to this announcement. Quotations shall be due no later than 10 AM local time on 12 December 2008 via email to dhammon1@oc.fda.gov. xvi)Contact Debbie Hammond on 301-827-7157 information regarding this solicitation.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cf9e1f1138e17ef6f6743c431f7bdd0c&tab=core&_cview=1)
- Document(s)
- DESCRIPTION OF SUPPLIES/SERVICES
- File Name: DESCRIPTION OF SUPPLIES/SERVICES (DESCIP OF SUPPLIES.xls)
- Link: https://www.fbo.gov//utils/view?id=bee68b92cef6e2dcfa8800c0f5d8fc69
- Bytes: 71.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: DESCRIPTION OF SUPPLIES/SERVICES (DESCIP OF SUPPLIES.xls)
- Place of Performance
- Address: DHHS/FDA, 5600 FISHERS LANE, ROCKVILLE, Maryland, 20857, United States
- Zip Code: 20857
- Zip Code: 20857
- Record
- SN01714534-W 20081207/081205220855-cf9e1f1138e17ef6f6743c431f7bdd0c (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 |