Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOLICITATION NOTICE

D -- Appcelerator Enterprise Basic Support - 2 Developer Seats - Package #1

Notice Date
5/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334614 — Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
 
Contracting Office
Small Business Administration, Office of Chief Finanical Officer- Aquisition Division, SBA Contracting, 409 Third Street, S.W., Washington, District of Columbia, 20416, United States
 
ZIP Code
20416
 
Solicitation Number
SBAHQ-15-Q-0041
 
Archive Date
6/3/2015
 
Point of Contact
Matthew T. Mulcahy, Phone: 3038445449, Robert Atchison, Phone: 303-844-7102
 
E-Mail Address
matthew.mulcahy@sba.gov, robert.atchison@sba.gov
(matthew.mulcahy@sba.gov, robert.atchison@sba.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Requirements 52.213-3 Vendor Worksheet This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 13.1 and 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 for this requirement is SBAHQ-15-Q-0041 and is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81. This will be a fixed price contract; this is a total Small Business set-aside; NAICS code is 334614 with a small business size standard of 750. Contractors must be registered and active in the System for Award Management (SAM) database (https://www.sam.gov) at time award is issued and throughout performance unless an `applicable exemption exists. Verbal quotes will not be accepted. The Government will award a contract resulting from this solicitation to the responsible quote whose offer is conforming to the solicitation, and will be most advantageous to the Government. The Government reserves the right to make no award resulting from this solicitation. INTERESTED PARTIES ARE INVITED TO SUBMIT THEIR QUOTES IN RESPONSE TO THIS NOTICE BY 4:00PM EASTERN STANDARD TIME (EST), MAY 19, 2015. ONLY E-MAILED REQUESTS FOR ADDITIONAL INFORMATION WILL BE ACCEPTED AT MATTHEW.MULCAHY@SBA.GOV UP TO 5 BUSINESS DAYS PRIOR TO SOLICITATION CLOSING DATE. QUOTES SUBMITTED IN RESPONSE TO THIS NOTICE SHALL INCLUDE THE SOLICITATION NUMBER IN THE SUBJECT LINE AND BE SUBMITTED VIA EMAIL ONLY TO MATTHEW.MULCAHY@SBA.GOV Communications with officials other than indicated above may compromise the competitiveness of this acquisition and result in cancellation of the solicitation and/or exclusion of your quotes from consideration. REQUIREMENTS (There is no incumbent) See attached Statement of Requirements for further information PERIOD OF PERFORMANCE 12 months from date of award PLACE OF PERFORMANCE SBA DCMS Operations Center 13221 Woodland Park Road, Suite 600 Herondon, VA 20171 OFFER PREPERATION INSTRUCTIONS Offers shall be submitted electronically. Please include the solicitation number "SBAHQ-15-Q-0041" in the subject line of the email. ONLY EMAIL SUBMISSION WILL BE ACCEPTED A facsimile offer or offer received through the mail will not be accepted. BASIS FOR AWARD Evaluation Procedures found at FAR 13.106-2 shall be used in this procurement. The Government will award a firm fixed-price purchase order resulting from this solicitation to the responsible Contractor whose quote conforming to the solicitation is lowest technically acceptable price. SECTION 508 COMPLIANCE STATEMENT All electronic and information technology (EIT) procured through this Statement of Work / Bill of materials and any resulting contract, task order, delivery order, or purchase order must meet the applicable accessibility standards at 36 CFR§ 1194, U.S. Architectural and Transportation Barriers Compliance Board (Access Board) under the authority of Section 508 of the Rehabilitation Act Amendment of 1998,.36 CFR§1194, unless an agency exception to this requirement exists. 36 CFR§1194, U.S. Architectural and Transportation Barriers Compliance Board (Access Board) is viewable at http://www.section508.gov. The Contractor shall indicate for each line item in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR§1194. Further, the proposal must indicate where full details of compliance can be found (e.g., vendor's website or other exact location). SOLICITATION PROVISIONS/CLAUSES Instructions to Offerors -- Commercial Items (Apr 2014) 52.212-3, Contractor Representations and Certifications - Commercial Items, applies to this acquisition 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses, as cited in 52.212-5, are included: 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33, 52.239-1, 52.222-41. 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.252-1, Solicitation Provisions Incorporated by Reference HTTP://FARSITE.HILL.AF.MIL https://acquisition.gov/far/index.html 52.252-2, Clauses Incorporated by Reference HTTP://FARSITE.HILL.AF.MIL https://acquisition.gov/far/index.html 52.242-15, Stop Work Order 52.247-34, FOB Destination 52.246-4, Inspection of Services - Fixed Price 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management 52.213-2, Invoices
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SBA/OOA/OPGM/SBAHQ-15-Q-0041/listing.html)
 
Place of Performance
Address: Steve Stine, 13221 Woodland Park Road, Suite 600, Herndon, Virginia, 20171, United States
Zip Code: 20171
 
Record
SN03724370-W 20150509/150507235629-63a650a9974f2c4a262e81558b1edf8f (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  © 1994-2020, Loren Data Corp.