SOLICITATION NOTICE
70 -- webMethods - J&A - Solicitation
- Notice Date
- 6/23/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Support Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
- ZIP Code
- 22060-6220
- Solicitation Number
- SP4705-09-R-0012
- Archive Date
- 7/10/2009
- Point of Contact
- Jose I Villanueva, Phone: 703-767-1208
- E-Mail Address
-
jose.villanueva@dla.mil
(jose.villanueva@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation J&A Sole Source Justification: Brand Name in accordance with FAR 6.302-1(c). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemental with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written will not be issued. The solicitation is issued a request for quote (RFQ). This notice incorporates provisions and clauses in effect through FAR Circular 2005-30 effective 17 Feb 2009. This acquisition is being conducted in accordance with FAR Parts 12, 13 and 15. Solicitation is unrestricted. The NAICS code for this acquisition is 541511- and the small business size standard is $25 million. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the Central Contractor Registration (CCR). Contractors can access the CCR for free at http://www.ccr.gov. The following is a list of requested software and service. Item #Product Quantity EPT-PIDwebMethods Integration Platform CPUs* Platform Production CPU includes: - webMethods Integration Server- webMethods Broker-Testing/Staging Environment4 SE- EPT-PIDSilver Support for webMethods Integration Platform CPUs* Platform Production CPU includes: - webMethods Integration Server- webMethods Broker Testing/Staging Environment 4 WMPULwebMethods BPMS-Unlimited seat/Named user option 1 SE-WMPULSilver Support for webMethods BPMS-Unlimited seat/Named user option. The Period of performance is July 10, 2009 through July 09, 2010. 1 EPT-MWMSMy webMethods Server-Testing/Staging Environment (PERPETUAL LICENSE TERM) Unlimited Use on the Number of Platform CPUs licensed. 1 SE-EPT-MWMSAnnual Silver Support for My webMethods Server-Testing/Staging Environment (PERPETUAL LICENSE TERM) Unlimited Use on the Number of Platform CPUs licensed. The Period of performance is July 10, 2009 through July 09, 2010. 1 Delivery Date; July 10, 2009 Delivery Address: Defense Logistics Agency Headquarters (DLA) Integrated Data Environment (J-626) 8725 John J. Kingman Road Fort Belvoir, VA. 22020-6220 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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: The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. (b) Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil (End of clause) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. Offerors are encouraged to obtain further information on CCR and ORCA registrations at the following two websites: http://www.ccr.gov/ and http://orca.bpn.gov/. The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xvi) RESPONSES ARE DUE Thursday, June 25, 2009, by 6 p.m. eastern time. Offers received after this date and time will not be considered for award. Submit quotation by email to – ATTN: jose.villanueva@dla.mil (DCSO-HQ), Defense Logistics Agency, 8725 John J. Kingman Road, Room 1145, and Fort Belvoir, VA 22060. Electronic Mail may be used to submit quotations provided there is a scanned electronic signature. However, electronic mail is submitted at the contractor's own risk as large pdf. files may not be transmittable. Contact Mr. Jose M. Villanueva at jose.villanueva@dla.mil, if any technical questions. The solicitation is distributed solely through Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. If you have any questions or concerns regarding this solicitation, please contact Mr. Jose M. Villanueva at email: jose.villanueva@dla.mil. or call: 1-703-767-1208.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-09-R-0012/listing.html)
- Place of Performance
- Address: Requiring Activity:, Defense Logistics Agency (DLA), Integrated Data Environment (J-626), 8725 John J. Kingman Road, Fort Belvoir, VA 22020-6220, Fort Belvoir, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN01853108-W 20090625/090623235534-9e1aba7820cd0138251624a6451e41b8 (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 |