Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2011 FBO #3680
SOLICITATION NOTICE

70 -- TERADATA ENTERPRISE DATA WAREHOUSE (EDW) MAINTENANCE - SP10011200233_RFP

Notice Date
12/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
SP10011200233
 
Archive Date
1/7/2012
 
Point of Contact
Dean L Cravens, Phone: 618-229-9576, Andrea Zurliene, Phone: 618-229-9686
 
E-Mail Address
dean.cravens@disa.mil, andrea.zurliene@disa.mil
(dean.cravens@disa.mil, andrea.zurliene@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification Security Form DD254 Materials List Performance Work Statement (PWS) Solicitation The Defense Information Technology Contracting Organization (DITCO), Contracting Division, Hardware Section (DITCO/PL8322), 2300 East Drive, Scott AFB, IL 62225-5406, intends to issue a combined synopsis /solicitation for commercial maintenance prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is SP10011200233; and this solicitation is a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54. DITCO is purchasing continued Teradata hardware and software maintenance coverage for the Integrated Data Environment/Global Transportation Network Convergence (IGC) program. This procurement includes the maintenance of ALT High Production, ALT Low Production, Pri Low Production, Pri High Production, Development, and Test. This is a "Brand Name" procurement. Period of Performance for this requirement is 31 December 2011 through 30 September 2012. There has been a lapse in maintenance from 1 October 2011 - 30 December 2011; therefore, maintenance fees need to be addressed if applicable. There is no set aside restriction for this procurement. The North America Industry Classification System (NAICS) code is 541519. The business size standard is $25M. The Federal Supply Class (FSC) is J010. This procurement will be evaluated as Brand Name, lowest price technically acceptable. Attached is the Performance Work Statement (PWS), the maintenance list, and redacted justification and approval. In addition, the DD 254 is also attached. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors -- Commercial Items. The Government will evaluate quotes and make a selection based on the lowest priced, technically acceptable quotation. Each offeror shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, to include Alternate I with its offer. An offeror shall complete only paragraph (1) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA web site, the offeror shall complete only paragraphs (b) through (k) of this provision. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items; FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. DFARS 252.212-7001 Contract Terms and Conditions Required Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following provisions and clauses will be incorporated by reference: 52.202-1 Definitions. 52.302-3 Gratuities. 52.203-6 Restriction on Subcontractor Sales to the Government. 52.203-6 Restriction on Subcontractor Sales to the Government Alternate I. 52.203-12 Limitation on Payments to Influence Certain Federal Transactions. 52.204-2 Security Requirements. 52.204-4 Printed or Copied Double-Sided on Recycled Paper. 52.204-7 Central Contractor Registration. 52.204-9 Person Identity Verification of Contractor Personnel. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-6 Protecting the Government's Interest When Subcontracting With Contractor's Debarred, Suspended, or Proposed for Debarment. 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. 52.217-8 Option to Extend Services. 52.219-8 Utilization of Small Business Concerns. 52.219-9 Small Business Subcontracting Plan. 52.219-28 Post Award Small Business Program Representation. 52.222-3 Convict Labor. 52.222-19 Child labor 52.222-21 Prohibition of Segregated Facilities. 52.222-26 Equal Opportunity. 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222-36 Affirmative Action for Workers with Disabilities. 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era. 52.222-50 Combating Trafficking in Persons. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-13 Restrictions on Certain Foreign Purchase. 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification. 52.232-33 Payment by Electronic Funds Transfer. 52.233-1 Disputes. 52.233-3 Protest After Award. 52.233-4 Applicable Law for Breach of Contract Claim. 52.239-1 Privacy or Security Safeguards, 52.222-22 Previous Contracts & Compliance Reports, 52.243-1 Changes-Fixed Price, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.252-5 Authorized Deviations in Provisions, 52.252-6 Authorized Deviations in Clauses, 52.247-34 F.O.B. Destination. 252.201-7001 Contracting Officer's Representative. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.204-7000 Disclosure of Information, 252.204-7003 Control Of Government Personnel Work Product. 252.204-7004 Alt, Central Contractor Registration, Alternate A. 252.204-7008 Export-Controlled Items. 252.205-7000 Provision of Information to Cooperative Agreement Holders. 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. 252.209-7002 Disclosure of Ownership or Control by a Foreign Government. 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country. 252.211-7003 Item Identification and Valuation 252.211-7008 Use of Government-Assigned Serial Numbers Applicable to Defense Acquisitions of Commercial Items. 252.223-7004 Drug-Free Work Force 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.225-7002 Qualifying Country Sources AS Subcontractors. 252.232-7010 Levies on Contract Payments. 252.243-7001 Pricing Of Contract Modifications. 252.243-7002 Requests for Equitable Adjustment. 252.247-7023 Transportation of Supplies by Sea. The following provisions and clauses will be incorporated by full text: 52.204-9000 Points of Contact. 52.204-9001 Contract/Order Closeout-Fixed-Price, Time-and-Materials, or Labor-Hours. 52.209-7 Information Regarding Responsibility Matters. 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters. 52.209-9000 Organizational And Consultant Conflicts Of Interest (OCCI). 52.219-1 Small Business Program Representations (Alternate I). 52.222-22 Previous Contracts And Compliance Reports. 52.222-25 Affirmative Action Compliance. 52.252-1 Solicitation Provisions Incorporated By Reference. 52.252-2 Clauses Incorporated By Reference. 52.252-5 Authorized Deviations In Provisions. 52.252-6 Authorized Deviations In Clauses. 252.204-7006 Billing Instructions. 252.212-7000 Offeror Representations and Certifications-Commercial Items. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders 252.247-7022 Representation of Extent of Transportation by Sea. The full text of a FAR and DFARS clause may be accessed electronically at http://www.farsite.hill.af.mil. CCR Requirement - Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. All questions or comments must be submitted via e-mail to dean.cravens@disa.mil and andrea.zurliene@disa.mil by 12:00 PM (CST) Wednesday, December 21, 2011, responses will be posted to FEDBIZOPPS as amendments to the solicitation. All quotations must be signed, dated and received by 7:00 AM (CST), Friday, December 23, 2011, via e-mail to dean.cravens@disa.mil and andrea.zurliene@disa.mil. Only e-mailed quotes will be accepted. Contractors are responsible for verifying receipt of their quotes. Offerors shall include Tax Identification Number, CAGE code, DUNS number, Warranty Terms, and Delivery After Receipt of Order stated on their quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/SP10011200233/listing.html)
 
Place of Performance
Address: See Attached Performance Work Statement (PWS) for location information., United States
 
Record
SN02642726-W 20111222/111220234624-53baf06b76805d44d47d2eab48899c1c (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.