Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2014 FBO #4649
SOLICITATION NOTICE

D -- COMBINED SYNOPSIS/SOLICITATION for Raritan Synchronized Warranty-DKX2-101

Notice Date
8/15/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W56JSR-14-R-0030
 
Response Due
8/26/2014
 
Archive Date
10/14/2014
 
Point of Contact
Karla Twyman, 443-861-4871
 
E-Mail Address
ACC-APG - Aberdeen Division B
(karla.d.twyman.civ@mail.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. SUBJECT: Solicitation No.: W56JSR-14-R-0030; Request for Quotes (RFQ) 1. This is a COMBINED SYNOPSIS/SOLICITATION for Raritan Synchronized Warranty- DKX2-101, prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6 and Subpart 5.207, as supplemented with additional information included in this notice, this announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. The word Government in this document refers to the United States Government, its authorized Agencies, Departments, Representatives, Personnel and Assigns only. 2. This combined synopsis/solicitation, W56JSR-14-R-0030, is issued as a Request for Quotes (RFQ). This requirements will result in Firm Fixed Price (FFP) type contract for the purchase of brand name, Raritan Synchronized Warranty- DKX2-101. 3. The Government reserves the right to make no award if the requirement is cancelled, there are insufficient funds, or the contracting officer cannot determine the quoted prices to be fair and reasonable. 4. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular effective 26 June 2013. 5. In the event that reasonable and acceptable quotes are received from two or more businesses meeting the Small Business size standard for the North American Industry Classification System (NAICS) 423430 Code, this requirement may be set-aside for award to small business. In accordance with FAR 19.1405(b), if two or more reasonable and acceptable quotes are received from Women Owned Small Businesses (WOSB), that requirement will be set-aside for award to a WOSB. Award will be made for that particular requirement to the responsible small business whose price quote is determined technically acceptable and provides the lowest price. In accordance with FAR 19.1307, in full and open competitions a price evaluation preference of 10% will be assessed for HUBZone small businesses. The Government reserves the right to apply any applicable socio-economic small business set aside or sole source option based upon industry responses that are deemed fully responsive and fully technically competent. Otherwise, award will be made to the Offeror whose quote is deemed the lowest priced technically acceptable offer. 6. REQUIREMENTS DESCRIPTIONS/ QUANTITIES/ DELIVERY DATES The U.S. Army, an agency of the Government, intends to procure the following (1) requirement(s) for (COTS) Software Licensing/Maintenance Support Renewal Agreements. Attached are the details for each Agreement: REQUIREMENT: Raritan Synchronized Warranty- DKX2-101 (NAICS 541512) Base PeriodRaritan Synchronized Warranty-DKX2-101 Qty-416 POP:8/30/2014 TO 08/29/2015 Option Year 1Raritan Synchronized Warranty-DKX2-101 Qty-416 POP:8/30/2015 TO 08/29/2016 7. INSPECTION AND ACCEPTANCE shall be at Destination. Shipment will be FOB Destination. 8. LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA) STANDARDS/TERMS FOR AWARD FAR 52.212-1, Instructions to Offerors (Jul 2013) All Offerors shall provide their business size/status, cage code, duns number, and point of contact information in their submission. Offerors will state upon their submitted price quote the period for which it remains valid. Offerors may submit price quotes for any or all requirements on the current copy of this combined synopsis/solicitation. Price quotes submitted for any requirement shall be complete, conforming to the identified item/service, quantity, and period of performance. -PRICE Offerors shall provide their price quote including any proposed discount prices/terms that apply. -TECHNICAL Offerors shall provide evidence that the Offeror is an authorized distributor/reseller of the warranty in the solicitation. Evidence may be a signed letter from the present owner of the warranty, an email from the owner of the warranty, identification of authorized distributors/resellers on the warranty owner's website, etc. Offerors shall provide evidence that they intend to meet the terms and conditions set forth in the warranty attached herein. Offerors have current registration in the System for Award Management website (http://sam.gov). Offerors are not on the list of contractors Debarred, Suspended, or Proposed for Debarment. Offerors do not have any delinquent federal debt. FAR 52.212-2, Evaluation - Commercial Items (Jan 1999). The following factors will be used to evaluate offers in accordance with FAR 52.212-2 (a) (b) (c); (a) The Government will award a contract on the basis of the lowest evaluated price of price quotes meeting or exceeding the acceptability standards for non-cost factors. Quotes are evaluated for acceptability but not ranked using the non-cost/price factors. (i) Lowest Price - Offeror's quotes will be evaluated on the basis of the lowest total price. (ii) Technical Acceptability - For purposes of this evaluation, the following two standards will constitute technical acceptability: (1)The offeror provides evidence that it is an authorized distributor of the license/s specified by the solicitation. (2)The offeror provides evidence that they are capable of providing the software license/s in accordance with the terms and conditions set forth in the solicitation. (3) Offerors have current registration in the System for Award Management website (http://sam.gov). Offerors are not on the list of contractors Debarred, Suspended, or Proposed for Debarment. Offerors do not have any delinquent federal debt. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced, or if requested options are not priced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The offeror must be registered in the System For Award Management (SAM) database prior to award. If the offeror is not registered in the SAM, it may do so through the SAM website at https://www.sam.gov. The offerors shall submit their quote via email to the Contracting Office by 10:00am - EDT-U.S. on 26 August 2014. Contact Information: Contract Specialist, Karla Twyman (443)861-4871 or karla.d.twyman.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/16fe93df36625419c6f6f57b777e06d0)
 
Place of Performance
Address: ACC-APG - Aberdeen Division E HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN03467550-W 20140817/140816000218-16fe93df36625419c6f6f57b777e06d0 (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.