Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
SPECIAL NOTICE

D -- Open Text Software Renewal - FAR 522125 - Limited Source

Notice Date
3/3/2015
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
NOI-RML-D-15011
 
Archive Date
3/7/2015
 
Point of Contact
Bradley C. Engel, Phone: 406-375-9811, Julienne Keiser, Phone: 406-363-9370
 
E-Mail Address
brad.engel@nih.gov, jkeiser@niaid.nih.gov
(brad.engel@nih.gov, jkeiser@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Limited Source FAR 522125 This notice is a Notice of Intent. The Government intends to negotiate on a sole source basis with Open Text for the Open Text Premier Software Renewal. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and solicitation for commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. Submit offers on NOI-RML-D-15011. This acquisition is a Notice of Intent (NOI). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-80 Mar 2, 2015. The North American Industry Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $38.5M. This requirement is not set aside for small business. The National Institute of Allergy and Infectious Diseases (NIAID), seeks an Open Text Software Renewal. FOB Point shall be Destination: 5601 Fishers Lane, Rockville, MD Place of Performance: 5601 Fishers Lane Rockville, MD 20852 United States Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, past performance, delivery, warranty, and the best value to the government. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (April 2014) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (May 2014) Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items The following contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (May 2014) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dec 2014) FAR 52-227.19 Commercial Computer Software License HHSAR 352.222-70 Contractor cooperation in equal employment opportunity investigations (Jan 2010) The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. Quoter must include the following provision in their quote and check the appropriate response. 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Dec 2014) (a) Definitions. "Inverted domestic corporation" and "subsidiary" have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10). (b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (c) Representation. By submission of its offer, the offeror represents that- (check one) ____(1) It is not an inverted domestic corporation: and ____(2) It is not a subsidiary of an inverted domestic corporation By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation ( www.sam.gov ). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html or, upon request, either by telephone or fax. This is an open-market Notice of Intent for Open Text Software Renewal as defined herein. The government intends to award a purchase order as a result of this Notice of Intent that will include the terms and conditions set forth herein. To facilitate the award process all quotes must include a statement regarding the terms and conditions herein as follows: "The Terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" (Quoter shall list exception(s) and rationale for the exception(s).) Submission shall be received not later than 03/06/2015, 11AM (MDST). Offers may be mailed, e-mailed, or faxed to Bradley C. Engel; (Fax - 406-363-9288), (E-Mail/brad.engel@nih.gov). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Bradley C. Engel at brad.engel@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI-RML-D-15011/listing.html)
 
Place of Performance
Address: 5601 Fishers Lane, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN03656915-W 20150305/150303234630-0fa57e920c47d7a7eb8e3bccd0ae5e7d (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.