SOLICITATION NOTICE
70 -- SAS SOFTWARE ANNUAL LICENSE RENEWAL & MAINTENANCE
- Notice Date
- 11/20/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 443120
— Computer and Software Stores
- Contracting Office
- Securities and Exchange Commission, Office of Acquisitions, Operations Center, 6432 General Green Way, MS 0-20, Alexandria, Virginia, 22312-2413, United States
- ZIP Code
- 22312-2413
- Solicitation Number
- SECHQ1-10-R-0003
- Archive Date
- 12/9/2009
- Point of Contact
- Ava McIntire, Phone: 202-551-8205, Rob Sudhoff, Phone: 202-551-8366
- E-Mail Address
-
mcintirea@sec.gov, sudhoffr@sec.gov
(mcintirea@sec.gov, sudhoffr@sec.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for Brand Name commercial items, SAS Software Annual License Renewal & Maintenance, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Request for Proposal (RFP) number SECHQ1-10-R-0003 is assigned to this requirement and is issued as a RFP. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-376. This is an “unrestricted” acquisition. The North American Industry Classification System (NAICS) code is 443120 and the business size standard is $9.0M. The Securities and Exchange Commission (SEC) intends to award a Firm Fixed Price contract for Annual License Renewal & Maintenance for the following items: ITEM 0001: Quantity 1 EA, Base SAS for SUN M4000 w/16 Processors, P/N SAS-10330-8; ITEM 0002: Quantity 1 EA, SAS/ETS for SUN M4000 w/16 Processors, P/N SAS-10358-8; ITEM 0003: Quantity 1 EA, SAS/GRAPH for SUN M4000 w/16 Processors, P/N SAS-10334-8; ITEM 0004: Quantity 1 EA, SAS/STAT for SUN M4000 w/16 Processors, P/N SAS-10358-8; ITEM 0005: Quantity 1 EA, SAS/CONNECT for SUN M4000 w/16 Processors, P/N SAS-10334-8; ITEM 0006: Quantity 1 EA, SAS/IML for SUN M4000 w/16 Processors, P/N SAS-1036586-8; ITEM 0007: Quantity 1 EA, SAS Analytics Pro for HP DL360 w/2 Single Core Processors, Windows, P/N SAS-ANLTPRO-PSBM; ITEM 0008: Quantity 6 EA, SAS Additional Products for HP DL360 w/2 Single Core Processors, Windows, Products to Include Access to ODBC, Access to PCFF, Access to Sybase, ASSIST, CONNECT, FSP, P/N SAS-10304-8; ITEM 0009: Quantity 2 EA, SAS Analytic Products for HP DL360 w/2 Single Core Processors, Windows, Products to Include ETS & IML, P/N SAS-10352-8; ITEM 0010: Quantity 1 EA, SAS Enterprise Guide for 10 Users, Windows, P/N SAS-EG-4; ITEM 0011: Quantity 1 EA, SAS Enterprise Reporter for 10 Users, Windows, P/N SAS-ER-4-IND; ITEM 0012: Quantity 1 EA, Base SAS for 25 PC Users, Windows, P/N SAS-BASESAS-25PCM; ITEM 0013: Quantity 25 EA, Base SAS for Each Additional PC User, Windows, P/N SAS-BASESAS-26PCM; ITEM 0014: Quantity 5 EA, SAS Add-Ons for 25 PC Users, Windows, P/N SAS-ADDON-25PCM; ITEM 0015: Quantity 125 EA, SAS Add-Ons for Each Additional PC User, Windows, P/N SAS-ADDON-26PCM; ITEM 0016: Quantity 3 EA, SAS Analytic Add-Ons for 25 PC Users, Windows, P/N SAS-ANLADD-25PCM; ITEM 0017: 75 EA, SAS Analytic Add-Ons for Each Additional PC User, Windows, P/N SAS-ANLADD-26PCM; ITEM 0018: Quantity 1 EA, SAS/Access to Oracle for 5 PC Users, Windows, P/N SAS-ADDON-5PCM. NOTE: No additional information pertaining to these items is available from this agency. The Base Year period of performance for these items will be December 1, 2009 through November 30, 2010, with four (4), one (1) year option periods. CLINs for the Option Years are assigned as follows: Option Year 1 – 1001 through 1018; Option Year 2 – 2001 through 2018; Option Year 3 – 3001 through 3018; and Option Year 4 – 4001 through 4018. NOTE: Proposed pricing must encompass each year and all CLINs within each year. Pricing proposed by the selected vendor will be incorporated into contract award and not subject to further negotiation once award is made (i.e., the pricing of each item is fixed in all years). Place of delivery is: SEC Operations Center (OPC), 6432 General Green Way, Alexandria, VA 22312-2416. Delivery must be FOB Destination. A contract will be issued for these items to a certified SAS authorized reseller only. Since the software is proprietary and protected by copyright laws, it is the Government’s opinion that only SAS resellers can provide the necessary services. All responsible sources may submit a proposal, which if timely received, shall be considered by this agency. Concerns that respond to this notice must fully demonstrate their ability to provide the required items by submitting verification that they are a SAS authorized reseller. The government does not intend to pay for any information solicited. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/. FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008) - Parties responding to this solicitation who believe they can provide Items 0001 through 0018 may submit their offer in accordance with their standard commercial practices (e.g., on company letterhead, formal quote form, etc.) but must include the following information: 1) company’s complete mailing and remittance addresses; 2) discounts for prompt payment if applicable; 3) cage code; 4) Dun & Bradstreet number; and 5) Taxpayer ID number. 52.212-2, Evaluation-Commercial Items (Jan 1999) – The award will be made to the offeror with the lowest priced technically acceptable offer. This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) are to be submitted with your offer. If Offeror Representation and Certifications reside on ORCA, the offeror may submit certification in accordance with 52.212-3(b) in lieu of complete Representation and Certifications. 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) - This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/. The following clauses are incorporated by reference (IBR): 52.204-7, Central Contractor Registration (Apr 2008); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Sep 2009). The following clauses listed in 52.212-5 are IBR: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) w/Alternate 1 (Oct 1995); 52.219-8, Utilization of Small business Concerns (May 2004); 52.219-28, Post Award Small Business Program Representation (Apr 2009); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Aug 2009); 52.222-21, Prohibition of Segregated Facilities (Feb 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 (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronics Funds Transfer – Central Contractor Registration (Oct 2003). OFFERS ARE DUE BY 2:00 PM EST on NOVEMBER 24, 2009. Due to possible fax transmission problems vendors should e-mail their proposals to mcintirea@sec.gov. POC is Ava McIntire, Contract Specialist, 202-551-8205, 703-914-9226 (Fax), mcintirea@sec.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/SECHQ1-10-R-0003/listing.html)
- Record
- SN02008156-W 20091122/091120235426-2061faecf2c9a91b752721dc5bf48d23 (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 |