SOLICITATION NOTICE
D -- SOFTWARE MAINTENANCE / WARRANTY - Package #1
- Notice Date
- 11/4/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Louisiana, 495 3rd Street, Camp Beauregard, Pineville, Louisiana, 71360
- ZIP Code
- 71360
- Solicitation Number
- W912NR-17-R-0004
- Archive Date
- 11/26/2016
- Point of Contact
- David L. Bourgeois, Phone: 3182905933
- E-Mail Address
-
david.l.bourgeois4.mil@mail.mil
(david.l.bourgeois4.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- J&A - BRAND NAME SOLICITATION Solicitation Number: W912NR-17-R-0004 Synopsis: This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and written solicitation will not be issued. This solicitation number W912NR-17-R-0004 is issued as a Request for Quotation (RFQ). This synopsis/solicitation is issued for commercial supplies in accordance with FAR Part 13 - Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-71 effective December 26, 2013. This acquisition is a total small business set aside for NAICS Code 511210 - Software Publishers ($38.5M). Interested offerors must be registered in the System for Award management (SAM) to be considered for award. There will be no site visit and all questions must be submitted according to the below defined criteria. Description of Requirement: The purpose of this requirement is to provide a base year and 4 option years of Extended Maintenance renewals for IXOS Core Software. The period of performance shall be within 7 days after receipt of award. Performance Standards: The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control, and any items and services necessary to furnish the required items as outlined in the scope of work attached to this synopsis/solicitation. Evaluation: The resultant offer by the government will be a Firm-Fixed-Price (FFP) Purchase Order using the LPTA. Quotation Submission: Quotations will be submitted electronically via email to david.l.bourgeois4.mil@mail.mil and lavon.d.jenkins.mil@mail.mil. The question period will end at 11:59am CST 8 November 2016 and all answers will be posted NLT 11:59 AM CST 8 November 2016. All questions will be submitted david.l.bourgeois4.mil@mail.mil and lavon.d.jenkins.mil@mail.mil. The solicitation will close at 11:00 am CST 11 November 2016. Quotations must include total pricing for the requirement on a per CLIN basis utilizing the identified CLIN structure. The Government intends to award without discussion. Provisions and Clauses: The provision at FAR 52.215-1, Instructions to Offerors-Competitive Acquisition, applies to this acquisition and there are no addenda to this provision. Offers must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and there are no addenda to this clause. The clause at FAR 52.212-5 Deviation, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The following are the included additional clauses for this action; 52.203-3 Gratuities 52.203-6 ALT.I Restrictions on subcontractor Sales to the Government - Alternate I 52.204-4 Printed or Copied-Double Sided on Post consumer Fiber Content Paper 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-17 Non-displacement of Qualified Workers 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil) 52.252-6 Authorized Deviations in Clauses (DFARS, 48 CFR Chapter 2) 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea Due to a preliminary injunction, any clauses above (FAR 52.212-5 or any other) that makes a reference to any of the below clauses are understood to not incorporate the following clauses: 52.222-57 52.212-3 52.222-58 52.222-59 52.222-61
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA16/W912NR-17-R-0004/listing.html)
- Place of Performance
- Address: BLDG 3002, 6400 ST CLAUDE AVE, nEW oRLEANS, Louisiana, 70117, United States
- Zip Code: 70117
- Zip Code: 70117
- Record
- SN04321202-W 20161106/161104234230-917c02e92ea561b6237561081bf4483c (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 |