Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2010 FBO #3120
SOLICITATION NOTICE

70 -- WinEstimator Software License Renewal

Notice Date
6/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, 13 South St., Room 2E43, MSC 5711, Bethesda, Maryland, 20892-5738
 
ZIP Code
20892-5738
 
Solicitation Number
NIHOF2010275
 
Archive Date
7/8/2010
 
Point of Contact
Joyce McCoy, Phone: 301-402-0772
 
E-Mail Address
joyce.mccoy@nih.gov
(joyce.mccoy@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The National Institutes of Health is conducting a MARKET SURVEY to determine the availability and capability of business sources, including, HUBZone, Service-Disabled Veteran-Owned, 8(a), veteran owned, Women-Owned, or small disadvantaged business concerns capable of providing the requirement described below. This notice is conducted according to FAR subpart 19.2 to survey the capabilities of small business to provide the required services/supplies. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is NIHOF2010275 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-41 (April 13, 2010). The North American Industry Classification System (NAICS) Code is 541519 and the business size standard is $25.0 Million. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. It is the intent of the National Institutes of Health (NIH), Office of Research Facilities (ORF), Office of Acquisitions, to procure for the Division of Property Management (DPM), the software license renewal and software upgrade training, from WinEstimator, Inc., 19450 68th Avenue S, Kent, Washington 98032. The sole source determination is based on NIH requiring subsequent years of software licenses renewal from the initial licenses agreement. The DPM requires software upgrade training and software licenses renewal for the Winest RS Means Facility Cost Database Bundle software. It is the intent of the Government to award a base year for training and software licenses renewal with four option years for software licenses renewal only (not training). 1. There are 5 software license renewals required for the following item: Winest RS Means Facility Cost Database Bundle which includes -- o Winest estimating software integrated with RS Means o RS Means Facility Construction Cost Database 2010 o RS Means Facility Assemblies Cost Database 2010 o RS Means Facility Maintenance & Repair Cost Database 2010 o RS Means Facility Preventative Maintenance Task Database 2010 In addition, upgrade training is required for 12 individuals within a two-day period. Training will be scheduled by the designated project officer. 2. One (1) software license renewal is required for each of the following items: o Winest RS Means Mechanical Line Items with Assemblies Cost Database Yr 2010 o Winest RS Means Electrical Line Items with Assemblies Cost Database Yr 2010 Offerors must be authorized resellers/OEM suppliers. This acquisition is firm fixed price and solicited on a Brand Name basis in accordance with FAR 6.302-1. Configuration and compatibility issues justify the use of brand names. Only Open Market Pricing will be considered. This is an all-or-none requirement. Partial quotes will be deemed unresponsive and will not be evaluated. The Government will award a single purchase order/contract to the responsible offeror whose offer conforms to the requirements, as stated, in this synopsis and is most advantageous to the Government based on the lowest price, technically acceptable. The Government reserves the right to make an award without discussions. The offer must include complete copies of the following provisions: (1) FAR Clause 52.212-1, Instructions to Offerors-Commercial (JUNE 2008); (2) FAR Clause 52.212-2, Evaluation Commercial Items (JAN 1999). As stated in FAR Clause 52.212-2(a), the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (a) technical evaluation, (b) price; (3) FAR Clause 52.212-3, Offeror Representation and Certifications-- Commercial Items (AUG 2009); (4) FAR Clause 52.212-4, Contract Terms and Conditions --Commercial Items (MAR 2009); and (5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-- Commercial Items (APR 2010). This action is under the authority of 41 U.S.C. 253(c)(1), as set forth in FAR 6.302-1 and HHSAR 306.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements. Interested parties may identify their interest and capabilities to respond to the requirement by submitting a quote for brand name equipment or the equivalent or EXACT MATCH only. This notice of intent is not a request for competitive quotations, however, all responses received within fifteen (15) days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the delivery terms (Destination or Origin), the Duns and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. NOTE: In order to receive an award from the Government, the contractors must have a valid registration in the Central Contractors Registration (CCR) www.ccr.gov. The clauses are available in full text at https://www.acquisition.gov/FAR/loadmainre.html. Qualified vendors capable of furnishing the Government with the items specified in this synopsis should submit their quotation to Joyce.McCoy@nih.gov. E-mail copies only shall be accepted. Quotations will be due June 23, 2010, at 1:00 pm (EST), Eastern Standard Time. The quotation must reference Solicitation Number NIHOF2010275. Quotes must be valid for sixty (60) days after due date. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Faxed copies will not be accepted. "Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Any solicitation resulting from the analysis of information obtained will be announced to the public in Federal Business Opportunities in accordance with the FAR Part 5. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/NIHOF2010275/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Building 13/2E47, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02171184-W 20100610/100608234919-792a22061daed4ff42b8fb2280a3e61d (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.