SOLICITATION NOTICE
70 -- i2 License Renewal
- Notice Date
- 1/29/2013
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- GTMO Branch (PARC Amercias 410th CSB), KO DIRECTORATE OF CONTRACTING, JTF GTMO J4, APO AE 09360, AE 09360-0000
- ZIP Code
- 09360-0000
- Solicitation Number
- W91WRZ13T0004
- Response Due
- 3/4/2013
- Archive Date
- 3/30/2013
- Point of Contact
- Lourdes Schroeder, 49-637-186-8697
- E-Mail Address
-
GTMO Branch (PARC Amercias 410th CSB)
(lourdes.schroeder@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. (ii) Request for Quotation (RFQ) W91WRZ-13-T-0004 is hereby issued to renew i2 licenses for JTF-GTMO, Guantanamo Bay, Cuba. (iii) The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-64, effective January 18, 2013. The complete text of any of the clauses and provisions may be accessed in full text at https://www.acquisition.gov/far/ (iv) The acquisition will be conducted on a full and open competition basis. The associated NAICS code is 511210 quote mark Software Publishers quote mark. (v) The contract line items for this acquisition are listed in table B-1 quote mark Schedule of Items quote mark below. Table B-1 Schedule of Items Brand Name or Equal CLIN 01 Manufacturer: i2 Inc. Support Period: 4/1/2013 to 3/31/2014 QTY: 42 EACH Part Number: D0PH8LL OR EQUAL Description:IBM i2 Analyst's Notebook Concurrent User from i2 Acquisition Trade Up License + SW Subscription & Support 12 Months CLIN 02 Manufacturer: i2 Inc. Support Period:4/1/2013 to 3/31/2014 QTY: 30 EACH Part Number: E0DPILL OR EQUAL Description:IBM i2 iBridge User Concurrent User Annual SW Subscription & Support Renewal 12 Months (vi) The Government intends to issue an order to purchase the items described in table B-1 quote mark Schedule of Items quote mark. The policies and procedures outlined at Federal Acquisition Regulations (FAR) subpart 11.104 quote mark Use of Brand Name or Equal Purchase Descriptions quote mark apply to this procurement. Prospective sources may offer products other than those specifically referenced herein by brand name, which shall meet the salient characteristics listed herein. The salient characteristics of the items to be acquired are listed below. Pursuant to FAR 11.104 - Use of brand name, or equal purchase descriptions to the manufacturer's salient characteristics, must include, in addition to the brand name, a general description of those salient physical, functional, or performance characteristics of the brand name item that an quote mark equal quote mark item must meet to be acceptable for award. SALIENT CHARACTERISTICS / MINIMUM REQUIREMENTS a. CLIN 01 Provides support that is 100% compatible with IBM i2 Analyst's Notebook licenses currently owned by the government b. CLIN 02 Provides support that is 100% compatible with IBM i2 iBridge licenses currently owned by the government (vii) Shipping does not apply to this procurement. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial (JUN 2008), applies to this procurement. Addendum to FAR 52.212-1 - The following terms shall apply to this solicitation in addition to those terms and conditions in FAR provision 52.212-1. The specific paragraphs of FAR 52.212-1 affected are described below. Paragraph (b) quote mark Submission of Offers quote mark. The following is added: (1) Communications Regarding This Combined Synopsis/Solicitation. (a) Questions or comments regarding this solicitation must be submitted in writing, cite the solicitation number, and be directed to the following Government representative: Name: Lourdes Schroeder Email: lourdes.schroeder@us.army.mil (b) Oral questions will not be taken or answered by phone due to the possibility of misunderstanding or misinterpretation. (c) Questions or comments should be submitted by 1 Feb 2013 to allow for analysis and dissemination of responses in advance of the quote due date. Late questions or comments are not guaranteed a response prior to the offer due date. (d) All questions will be answered via amendment to the solicitation. (e) Questions or comments shall not be directed to the technical activity personnel. (2) Quote Content. (THIS IS WHAT VENDORS MUST SUBMIT FOR EVALUATION) (a) Incomplete quotes that do not contain all the data listed below may not be considered to receive an order. Quoters are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. A complete quote consists of the following data: - A description of the proposed items; if the quoter is offering equal products to the brand name, then it must demonstrate that, and explain how, the equal product meets the stated salient characteristics and submit descriptive literature; - the proposed price for each contract line item number (CLIN) and the total order value; - completion of representations and certifications on-line at the Online Representations and Certifications Application (ORCA); and - registration in the Central Contractor Registration (CCR) Database per FAR Subpart 4.1102(a). Pursuant to FAR clause 52-212-4 (t), in order to be eligible to receive an order from the U.S. Government, the prospective contractor shall be registered in CCR. (3) In accordance with FAR provision 52.211-6, Brand Name or Equal, if the quoter is not proposing the brand name item listed on the CLINs, then it must submit technical data about the item to demonstrate that the item offered meets the Government's minimum requirements. Failure to include supporting documentation for equal items to demonstrate they meet or exceed the Government minimum requirements will render a quote ineligible to receive an order. Paragraph (n) quote mark Other Solicitation Provisions quote mark is added. The following solicitation provisions are applicable to this solicitation. 52.232-38 Submission of Electronic Funds Transfer Information with Offer MAY 1999 52.233-2 Service Of Protest SEP 2006 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009 (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items (JAN 2009), applies to this acquisition. The addendum to the FAR provision 52.212-2 is as follows: (this is how the government will evaluate quotes) (a) The Government intends to award a firm-fixed price purchase order as a result of this RFQ on an all or none basis. (b) Evaluation and award will be made using the lowest price technically acceptable selection process on the basis of the lowest price, technically acceptable quote that is rated acceptable for all of the technical requirements. Technical acceptability will be determined from information submitted by the quoter, which must provide sufficient details to show that the proposed items meet the stated salient characteristics. Past performance will be evaluated as part of the responsibility evaluation of the apparent technically acceptable low quoter. (c) The Government will evaluate quotes for: including a description of the proposed items; for items that are equal to the brand name listed, including descriptive literature that demonstrates and explains how the equal products meet the stated salient characteristics; including prices for all CLINs & the total order value; and demonstrating that the quoter is registered in CCR. (d) The following evaluation standards will be used to rate quotes: Technical Acceptable/Unacceptable Ratings RatingDescription AcceptableOffer clearly meets the minimum requirements of the solicitation. UnacceptableOffer does not clearly meet the minimum requirements of the solicitation. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 2011) ALTERNATE I (APR 2002), applies to this RFQ. The offeror shall complete the annual representations and certifications electronically at https://www.sam.gov/portal/public/SAM/ The provisions at DFARS 252.212-7000, Offeror Representations and Certifications- Commercial Items. (JUN 2005) applies to this RFQ. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009), applies to this procurement. Addendum to FAR Clause 52.212-4 - The following terms shall apply to this order in addition to those terms and conditions in FAR clause 52.212-4. The specific paragraphs of FAR 52.212-4 affected are described below. Paragraph (g) quote mark Invoice quote mark. The following is added: (3) Wide Area Workflow U.S. Army Electronic Invoicing Instructions (i) Wide Area Workflow -Receipt and Acceptance (WAWF-RA) (A) WAWF-RA is the authorized method to electronically process vendor request for payment. This application allows DOD vendors to submit and track invoices and receipt/accept documents electronically. (B) The Contractor shall register to use WAWF at https://wawf.eb.mil (4) Invoices shall be submitted for payment after delivery. (5) The Contractor shall furnish copies of any and all invoices by electronic mail to the contracting officer, Lourdes Schroeder, e-mail: lourdes.schroeder@us.army.mil Paragraph (u) quote mark Additional Contract Clauses quote mark apply to this RFQ as follows: 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. (Jul 2010) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies AUG 2009 52.222-50 Alt I Combating Trafficking in Persons (Aug 2007) Alternate I AUG 2007 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-6 Authorized Deviations In Clauses APR 1984 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.211-7003 Item Identification and Valuation AUG 2008 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997 (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2009) (DEV) applies to this acquisition. The clause at DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (JUL 2009) (Deviation), applies to this acquisition. (xiii) The items included in the quote shall be consistent with customary commercial practices. (xiv) The Defense Priorities and Allocations System (DPAS) rating is not applicable. (xv) Quotes shall be submitted no later than 3:00 p.m. Eastern Standard Time, 4 March 2013, by electronic mail to lourdes.schroeder@us.army.mil Maximum electronic mail size: 3MB per email. Quoters may submit multiple e-mails. (xvi) The primary point of contact for this RFQ is Ms. Lourdes Schroeder, who may be reached at lourdes.schroeder@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/54b173ce4b31cc23015697bf1d7b0d54)
- Place of Performance
- Address: GTMO Branch (PARC Amercias 410th CSB) KO DIRECTORATE OF CONTRACTING, JTF GTMO J4 APO AE 09360 AE
- Zip Code: 09360-0000
- Zip Code: 09360-0000
- Record
- SN02975024-W 20130131/130129235112-54b173ce4b31cc23015697bf1d7b0d54 (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 |