Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2009 FBO #2726
SOLICITATION NOTICE

D -- SOFTWARE LICENSE UPGRADE

Notice Date
5/12/2009
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor Silver Spring MD 20910
 
ZIP Code
20910
 
Solicitation Number
NCNL5000-9-09597
 
Response Due
6/1/2009
 
Point of Contact
Shirley L. Johnson, Contract Specialist, Phone 301-713-0820, Fax 301-713-0806
 
E-Mail Address
Shirley.L.Johnson@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, and Subpart 13, as supplemented with additional information included in this notice. This announcement, NCNL5000-9-09597, constitutes the only solicitation; quotes are being requested and a separate solicitation will not be issued. The North American Industrial Classification Code (NAICS) is 541512. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), National Geodetic Service, Systems Development Division, requires the following "brand name or equal" Sybase software upgrade products: (2) 'Sybase' or equivalent Adaptive Server Enterprise, Sun Solaris, CPU-based; (1) Adaptive Server enterprise Standby Server, Sun Solaris Server-based; ASE Standby Concurrent Users, Sun Solaris User/Seat 32; and (2) Replication Servers, Sun Solaris products. Offerors proposing to furnish an "equal" product shall insert the following description for the product: Manufacturer's Name; Address; Prodcut Name and Catalogue Description. Offerors shall be responsible for submitting all additonal information on the above product necessary for the Government to determine whether the product offered meets the salien specifications of the "brand name" as listed in this solicitation. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-32. The provisions and clauses may be downloaded at http://arnet.gov.far. The following provisions and clauses shall apply to this solicitation. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; FAR 52.204-9, Personal Identity Verification of Contractor Personnel. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. The Government shall award a fixed price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the best value to the Government, price and other factors considered. Best value evaluation factors include the following: 1) Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. Interested contractors are invited to provide a written or electronic quote to be received no later than 12:00 P.M. (EST), Monday, June 1, 2009, addressed to Shirley L. Johnson, Contract Specialist, National Oceanic and Atmospheric Administration, 1305 East West Highway, Suite 7141, Silver Spring, Maryland 20910, or to shirley.l.johnson@noaa.gov. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Partial quotes shall be rejected. An original and three copies shall be submitted or an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. The Government shall not be liable for any costs incurred in response to this request. Contractors are responsible for confirming receipt of their offer by the Government. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NCNL5000-9-09597/listing.html)
 
Place of Performance
Address: 1315 East West Highway, Sta. 9128 Silver Spring, MD
Zip Code: 20910
Country: US
 
Record
SN01814922-F 20090514/090512233035 (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.