Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2010 FBO #3161
SOLICITATION NOTICE

D -- PageCenter Print Web Server - OPM Specific Clauses

Notice Date
7/19/2010
 
Notice Type
Presolicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting, 1900 E Street, N.W., Room 1342, Washington, District of Columbia, 20415-7710, United States
 
ZIP Code
20415-7710
 
Solicitation Number
OPM49-10-Q-0013
 
Archive Date
8/12/2010
 
Point of Contact
Lisa Adgerson, Phone: 2026062155
 
E-Mail Address
lisa.adgerson@opm.gov
(lisa.adgerson@opm.gov)
 
Small Business Set-Aside
N/A
 
Description
OPM Specific Clauses Document Type: Presolicitation Notice Solicitation Number: OPM049-10-Q-0013 Set Aside: None NAICS Code: 511210 - - Software Publishers Contracting Office:U.S. Office of Personnel Management 1900 E Street NW, Room 1342 Washington, DC 20415. Description: The U.S. Office of Personnel Management, 1900 E Street NW Room 1342, Washington DC 20415 intends to award a simplified acquisition on a sole source basis to Levi, Ray & Shoup, Inc. 2401 W. Monroe Street, Springfield IL 62704, for PageCenter Web Server with its features in order to provide a facility to expand the limited “Associated Printing” which is made available to Federal Investigative Supervisory Investigators and external agencies. The purchase would be for PageCenter and its following components: a.PageCenter Web Server licensed for the IBM 2096-X03. b.PageCenter Web Services licensed for the IBM 2096-X02 in a Hot Backup status. c.PageCenter VTAM interface IBM 3270 screen access for output. d.PageCenter Web Server Browser access for output. e.PageCenter Web Administration using with the VTAM interface or a Web Servicethrough an Internet Browser. f.2000 Concurrent Web Access Licenses. g. Full support for one (1) year. Levi, Ray & Shoup, Inc has proprietary rights to the software for this requirement and is the only known source that provide license and maintenance support of this requirement. The North American Industry Classification System (NAICS) code for this acquisition is 511210. The corresponding SIC code is 7372. The small business size standard is $25.0 Million. All interested parties are encouraged to provide information on their capabilities to meet this requirement. In order to be considered a potential source, interested parties must submit clear and convincing documentation demonstrating the capabilities to satisfy the requirement specified above and advantages of the Government to consider another source. The documentation shall include prices and descriptive literature containing sufficient technical documentation to establish a bona fide capability to meet this requirement. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this synopsis, the contracting officer may determine that a solicitation will be issued. If a solicitation is issued to, Levi, Ray & Shoup, Inc no additional synopsis will be published. Any such solicitation will be issued to and all firms that respond to this synopsis. If no affirmative written response is received within 7 calendar days after publication of this synopsis that a comparable source is available, an order will issued to Levi, Ray & Shoup, Inc. for the requirement described above. The period of performance is 12 months from date of award. All prospective offerors must have a Commercial and Governments Entity (CAGE) code and must be registered with the Central Contractor Registration (CCR) in order to receive award. CCR can be obtained at www.ccr.gov or by calling 1-888-227-2423. OPM Specific and FAR clauses will be incorporated as part of the solicitation and award. The provisions at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. Offerors should include, with their quotes, a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Item. The clauses at 52-121-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition and shall be incorporated into any resulting award. Additionally, the attached OPM Specific Clauses will also be incorporated into the award. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items applies to this acquisition. Questions concerning this solicitation should be directed, in writing, to Lisa Adgerson Lisa.Adgerson@opm.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/OPM/OCAS/CD/OPM49-10-Q-0013/listing.html)
 
Place of Performance
Address: 1900 E Street NW, Washington, District of Columbia, 20415, United States
Zip Code: 20415
 
Record
SN02210399-W 20100721/100719234809-8795b50f8856de67f4c5a7e7da18b8a5 (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.