Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2011 FBO #3672
SOLICITATION NOTICE

70 -- Informatica 32-bit Software Licenses and Renewal Maintenance Support

Notice Date
12/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883612RA138
 
Response Due
12/15/2011
 
Archive Date
12/30/2011
 
Point of Contact
Donna Guarrera 904-542-1163 Contractual POC: Donna Guarrera 904-542-1163; Technical POC: Ted Nolting 904-790-5285 or Paula Baker 904-790 5117
 
E-Mail Address
Contract Specialist Donna Guarrera
(donna.guarrera@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N68836-12-R-A138 applies and is a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. This procurement is 100% small business set-aside per FAR 52.219-6. The North American Industry Classification System (NAICS) Code is 541519; and the Small Business Size Standard is $25.0 Million. This announcement constitutes the request for the required material under RFQ N68836-12-R-A138. This is a Brand name requirement; the Brand Name Justification and Approval will be posted on FedBizOps 14 days after an award is made. This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information see http://www.section508.gov. ITEM NO ITEM DESCRIPTIONQTYPRICETOTAL CLIN 0001 Software Licenses, Maintenance and Support for FRCSE-Jacksonville, FL CLIN 0001AAPowerCenter1 for UNIX-Class 2 1 Renewal Maintenance-Standard PoP 01/01/2012 - 09/30/2012 CLIN 0002 Software Licenses, Maintenance and Support for FRCE-Cherry Point, NC CLIN 0002AAPowerMart Network for UNIX1 Renewal Maintenance-Standard PoP 01/01/2012 - 09/30/2012 CLIN 0002ABUnlimited 32-bit UNIX Sources and Targets1 Renewal Maintenance-Standard PoP 01/01/2012 - 09/30/2012 CLIN 0003 Software Licenses, Maintenance and Support for FRCSW-North Island, CA CLIN 0001AAUnlimited 32-bit UNIX Sources and Targets1 Renewal Maintenance-Standard PoP 01/01/2012 - 09/30/2012 CLIN 0001AAPowerMart UNIX Development Lab/Test1 Renewal Maintenance-Standard PoP 01/01/2012 - 09/30/2012 CLIN 0001AAPowerMart UNIX Class 3 (5-10CPUs)1 Renewal Maintenance-Standard PoP 01/01/2012 - 09/30/2012 STATEMENT OF WORK This SOW is for the Renewal Maintenance of a Brand Name commercial-off-the-shelf (COTS) software application Informatica PowerCenter UNIX Class 2 software, licenses and standard maintenance support services for multiple sites. The period of performance is 01/01/2012 to 09/30/2012. The sites that require service are the Fleet Readiness Center Southeast (FRCSE) Jacksonville, FL; Fleet Readiness Center East (FRCE) Cherry Point, NC; and Fleet Readiness Center Southwest (FRCSW) North Island, CA. The contractor must be able to provide all personnel, labor and transportation of personnel to the site, if necessary, to maintain/support the software in databases at multiple locations. The contractor must provide 24/7 telephone support. If during a service/support call the representative determines the support/services are not covered by the maintenance agreement, he/she shall not perform the support service. The service representative must inform the FRCSE as to the nature of the support services not to be performed, the reason why it is not covered in the maintenance agreement, and the anticipated cost. Support services performed outside of the maintenance agreement will be contracted on a separate purchase order. Support services must be performed between the hours of 06:00 A.M. and 2:30 P.M. (LOC TIME) Monday through Friday, excluding federal holidays. A support service report must be provided to FRCSE within two (2) days of completion of support services performed. The support services report must include but not limited to the problem encountered, date of services performed, description of services performed, optional status, and the service technician in attendance. The software shall be compliant with Section 508 of the Rehabilitation Act of 1973 IAW FAR 39.2. FOR GOVERNMENT TECHNICAL POINT OF CONTACT: TED NOLTING 904 790-5285 OR PAULA BAKER 904 790 5117. Listed below are the FRC users of the software: FRCSE: PowerCenter UNIX 2 License FRCE: PowerMart UNIX License, Unlimited Sources and Target License. FRCSW: PowerMart UNIX Class 3 License, PowerMart UNIX Development Lab/Test License, Unlimited Sources and Target License End Item Application: HPOOO, V2600 and NT Workstation computer(s). DELIVERY: - Delivery shall be on or before 01 Jan 2012. - Deliveries shall be F.O.B. Destination to the following: FRC-Southeast Building 110, Door 16 NAS Jacksonville Jacksonville, Fl. 32212 -Inspection at destination by Government. Acceptance at destination by Government. INSTRUCTIONS: Parties responding to this solicitation 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) the RFQ number, 3) discounts for prompt payment if applicable, 4) cage code/Dun & Bradstreet number/ Taxpayer ID number, 5) Price proposal - Indicate proposed prices beginning with SubCLIN 0001AA, list unit and total price for each SubCLIN with respect to CLIN 0001, CLIN 0002 and CLIN 0003, FOB Destination is required, 6) Technical proposal - Identify proposed supplies to meet specification and provide sufficient technical literature, pictures, diagram, drawing and descriptive literature/documentation in order for the government to make an adequate technical assessment of the product and capabilities of the contractor. State if requested delivery timeframe can be met. 7) Past Performance Offerors shall provide past performance information for (3) three current contracts for the same or similar effort required by this solicitation. 8) Offeror shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications Commercial Items (May 2011) and 252.212-7000 Offeror Representations and Certifications Commercial Items (June 2005). Offerors shall not include cost or pricing information in the Technical and Past Performance File. Offerors shall acknowledge all amendments to the RFQ via email to the Government POC. Offerors shall include reference information as indicated in the Past Performance Data Sheet (attachment 1) for three of their most current relevant contracts. Current is any contract currently in progress or any contract completed within the last two years. In addition to the information requested above, offerors shall send a "Contractor Performance Evaluation Survey (attachment 2) to each reference listed on the past performance data sheet. This survey shall be filled out by the Offeror s references and submitted via fax or email directly to the Contract Specialist at donna.guarrera@navy.mil, fax 904-542-1098 by the closing date and time of this solicitation. All vendors responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/. Note: Offerors submitting their proposal via email are cautioned that files over 10MB and.zip files maybe rejected by the Navy s server. To ensure proposals are received by the offer due date and time, vendors may want to consider an additional alternative.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b94ec42032a53dd6af763a4e5845c5a3)
 
Record
SN02637313-W 20111214/111212234010-b94ec42032a53dd6af763a4e5845c5a3 (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.