Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 05, 2016 FBO #5369
SOLICITATION NOTICE

70 -- POSTGRES Plus

Notice Date
8/3/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-16-T-6418
 
Response Due
8/10/2016
 
Archive Date
9/9/2016
 
Point of Contact
Point of Contact - Dorothy J Powell, Contract Specialist, 619-553-4455; Joel Judy, Contracting Officer, 619-553-4507
 
E-Mail Address
Contract Specialist
(dorothy.powell@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-16-T- 6418. All questions must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-16-T- 6418. PLEASE NOTE: 1.Quotes and questions emailed directly to my email inbox will NOT be considered. 2.If you need assistance with the website you MUST contact the SPAWAR Helpdesk at 858-537-0644 or email at paperless.spawar@navy.mil prior to the closing date. This RFQ closes on August 10, 2016 at 10:00 AM, Pacific Daylight Time (PDT). This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Competitive quotes are being requested under N66001-16-T-6418. This requirement is set-aside for small business, NAICS code is 511210 and business size standard is $38.5 million. Quote Brand NameDo Not Substitute "The statement below applies: To be considered for award, the offeror certifies that the product being offered is an original, new and Trade Agreements Act (TAA) compliant product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the products that are the subject of this action in the U.S. (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the U.S.). Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the U.S., or that the product is in some manner not TAA compliant." ITEM 1: 3 each Enterprise DB Part Number- PRDE-EE-001- POSTGRES Plus Developer Edition Enterprise (Person) with 1 YR Maintenance ITEM 2: 1 each Enterprise DB Part Number - PREE-UCC-001- POSTGRES Plus Enterprise Edition (UniCores) with 1 YR Maintenance Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest technically acceptable quote. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-89 (07/14/2016) and Defense Federal Acquisition Regulation Supplement (DFARS), June 30, 2016. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications-- Commercial Items applies to this acquisition in e-Commerce. DFARS 252.204-7000- Disclosure of Information; 252,204-7012-Safeguarding of Unclassified Controlled Technical Information;252.203-7998-Prohibition on Contracting with Entities that Require Certain Internal Confidentiality AgreementsRepresentation; 252.203-7999- Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation; 252.211-7003-Item Identification & Valuation FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.211-6, Brand Name or Equal (Aug 1999), FAR 52.204-2 Security Requirements, 52.204-16 Commercial and Government Entity Code Reporting; 52.209- 11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation; 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), FAR 52.212- 5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation) also applies to this acquisition, FAR Clause 52.204-99 Orders and Solicitations, FAR 52.222-36, Affirmative Action for Workers with Disabilities, 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. Electronic and Information Technology (EIT) accessibility Standards developed by the U.S. Access Board (36 CFR Part 1194) and incorporated in the FAR (Part 39.2). The Technical Standards and their reference numbers are as follows: 1194.21 Software applications and operating systems. 1194.22 Web-based intranet and internet information and applications. 1194.23 Telecommunications products. 1194.24 Video and multimedia products. 1194.25 Self-contained, closed products. 1194.26 Desktop and portable computers. The point of contact for this solicitation is Dorothy Powell at dorothy.powell@navy.mil. Please include RFQ N66001-16-T-6418 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6a98ec0bd2df87a1fd7d05bb1cd4fa15)
 
Record
SN04207237-W 20160805/160803234746-6a98ec0bd2df87a1fd7d05bb1cd4fa15 (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.