Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2020 SAM #6744
SOLICITATION NOTICE

70 -- OPTION - Oracle Software License Maintenance Renewal

Notice Date
5/15/2020 11:40:10 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
 
ZIP Code
40121-5000
 
Solicitation Number
PANMCC-20-P-0000-018743_
 
Response Due
5/19/2020 12:00:00 AM
 
Archive Date
11/15/2020
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is PANMCC-20-P-0000-018743_ and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $38.50M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-05-19 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be ARLINGTON, VA 22202 The MICC Fort Knox requires the following items, Brand Name or Equal, to the following: Base Period of Performance: 05/31/2020 - 05/30/2021 LI 001: 0001 CSI# 20297343 Terms and Conditions ? Offeror with terms and conditions shall submit with their quote. Consideration after award will not be granted., 25, EA; LI 002: 0002 CSI# 18072418 Terms and Conditions ? Offeror with terms and conditions shall submit with their quote. Consideration after award will not be granted., 540, EA; LI 003: REINSTATEMENT FEE - FEES to reinstate the period of coverage in CLIN 0001, CLIN 0002. Termsand Conditions - Offeror with terms and conditions shall submit with their quote. Consideration after award will not be granted., 1, EA; Option 1 Period of Performance: 05/31/2021 - 05/30/2022 LI 001: 1001 CSI# 20297343 Terms and Conditions ? Offeror with terms and conditions shall submit with their quote. Consideration after award will not be granted., 25, EA; LI 002: 1002 CSI# 18072418 Terms and Conditions ? Offeror with terms and conditions shall submit with their quote. Consideration after award will not be granted., 540, EA; Option 2 Period of Performance: 05/31/2022 - 05/30/2023 LI 001: 2001 CSI# 20297343 Terms and Conditions ? Offeror with terms and conditions shall submit with their quote. Consideration after award will not be granted., 25, EA; LI 002: 2002 CSI# 18072418 Terms and Conditions ? Offeror with terms and conditions shall submit with their quote. Consideration after award will not be granted., 540, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Knox intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Knox is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The following FAR/DFARS provisions apply to this acquisition and are incorporated by reference.52.203-2-Certificate of Independent Price Determination 52.203-11-Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-18-Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements�Representation 52.204-5-Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7-System for Award Management 52.204-16-Commercial and Government Entity Code Reporting 52.204-17-Ownership or Control of Offeror 52.204-20-Predecessor of Offeror 52.204-22-Alternative Line Item Proposal 52.207-4-Economic Purchase Quantity�Supplies 52.209-2-Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-5-Certification Regarding Responsibility Matters 52.209-11- Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1-Instructions to Offerors 52.219-1- Small Business Program Representations- Alternate I 52.222-22-Previous Contracts and Compliance Reports 52.222-25- Affirmative Action Compliance 52.223-22-Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation 52.225-25-Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications 52.233-2-Service of Protest 252.203-7005-Representation Relating to Compensation of Former DoD Officials 252.204-7008-Compliance with Safeguarding Covered Defense Information Control 252.213-7000- Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations 252.215-7013- Supplies and Services Provided by Nontraditional Defense Contractors Program 252.239-7009-Representation of Use of Cloud Computing 252.246-7005-Notice of Warranty Tracking of Serialized Items. The following FAR/DFARS clauses apply to this acquisition and are incorporated by reference. 52.202-1-Definitions 52.203-3-Gratuities 52.203-12-Limitation on Payments to Influence Certain Federal Transactions 52.204-4-Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-13-System for Award Management Maintenance 52.204-18-Commercial and Government Entity Code Maintenance 52.204-19-Incorporation by Reference of Representations and Certifications 52.212-4-Contract Terms and Conditions -- Commercial Items 52.222-20-Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 52.223-6-Drug-Free Workplace 252.225-7036- Buy American�Free Trade Agreements--Balance of Payments 52.229-3-Federal, State, and Local Taxes 52.232-25- Prompt Payment 52.232-40-Providing Accelerated Payments to Small Business Subcontractors 52.233-1-Disputes 52.242-13 Bankruptcy 52.246-16-Responsibility for Supplies 52.249-8-Default (Fixed-Price Supply and Service) 252.203-7000-Requirements Relating to Compensation of Former DoD Officials 252.203-7002-Requirement to Inform Employees of Whistleblower Rights 252.204-7003-Control of Government Personnel Work Product 252.204-7015- Notice of Authorized Disclosure of Information for Litigation Support. 252.209-7004-Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.211-7008-Use of Government-Assigned Serial Numbers 252.225-7001 - Buy American and Balance of Payments Program 252.225- 7012-Preference for Certain Domestic Commodities 252.225-7036- Buy American�Free Trade Agreements--Balance of Payments Program 252.225-7048-Export-Controlled Items 252.232-7003-Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 - Levies on Contract Payments 252.232-7011-Payments in Support of Emergencies and Contingency Operations 252.239-7010-Cloud Computing Services 252.243-7001-Pricing of Contract Modifications 252.244-7000-Subcontracts for Commercial Items 252.246-7006-Warranty Tracking of Serialized Items. The following FAR/DFARS provisions apply and are written as full text in the buy attachments. 52.212-3 ALT I - Offeror Representations and Certifications-Commercial Items 52.252-1-Solicitation Provisions Incorporated by Reference 52.252-5 - Authorized Deviations in Provisions All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. CCR is now obsolete. Offerors shall ensure SAM registration is active and shall not assume that CCR information automatically migrated to the SAM system. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as son as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM New equipment ONLY, NO remanufactured or used products. No ""GREY"" market items. FOB Destination CONUS (CONtinental U.S.) Bid MUST be good for 30 calendar days after submission No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM ) site at https://www.sam.gov/portal/public/SAM /within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL The following FAR/DFARS clauses apply and are written as full text in the buy attachments. 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.232-39 - Unenforceability of Unauthorized Obligations 52.252-1-Solicitation Provisions Incorporated by Reference 52.252-2-Clauses Incorporated by Reference 52.252-6-Authorized Deviations in Clauses 252.211-7003-Item Identification & Valuation 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.232-7006-Wide Area Workflow Payment Instructions Award will be made in the aggregate to the lowest priced, responsive, responsible offeror. Failure to submit a price on all items will render the quote non-responsive.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/05b3ad1a21a844ef8a6c307d09ab45fd/view)
 
Place of Performance
Address: ARLINGTON, VA 22202, USA
Zip Code: 22202
Country: USA
 
Record
SN05659624-F 20200517/200516071020 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.