SOLICITATION NOTICE
70 -- Dot Net Nuke (DNN) Software Licenses
- Notice Date
- 7/14/2023 9:33:56 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 513210
—
- Contracting Office
- W6RN USA GEOSPATIAL CTR ALEXANDRIA VA 22315-3864 USA
- ZIP Code
- 22315-3864
- Solicitation Number
- SD-23-0087
- Response Due
- 7/19/2023 1:00:00 PM
- Archive Date
- 08/03/2023
- Point of Contact
- Courtney Freeman, Phone: 7034286602, Haiyan Li
- E-Mail Address
-
courtney.d.freeman@usace.army.mil, haiyan.li@usace.army.mil
(courtney.d.freeman@usace.army.mil, haiyan.li@usace.army.mil)
- 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued.�� Please provide your proposal/ quote to Contract Specialist, Courtney Freeman via email courtney.d.freeman@usace.army.mil by the response date.� i. Solicitation SD-23-0087 is issued as a Request for Quotation (RFQ)�� ii. This procurement is being issued as a sole source IAW FAR Part 13.501 and AFARS 5153.303-4. The North American Industry Classification System Code is 513210 (Software Publishers) with a size standard of $41.5M. iii. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so.�� iv. The requirement is for Dot Net Nuke (DNN) platinum software licenses to support the Arlington National Cemetery (ANC) as its content management system (CMS) to publish and exchange official unclassified information, and in accordance with Public Law 115-336 (21st Century Integrated Digital Experience Act, or 21st Century IDEA) to improve the digital experiences for federal public websites. ANC has a requirement to maintain and update its public facing website www.arlingtoncemetery.mil and the Office of Army Cemeteries (OAC) public facing website www.https://armycemeteries.army.mil/. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Evaluation Factors for Award: 1. Salient Characteristics (Meets Required Specification - as noted in the attachment) 2. Correct Quantity� 3. Quote meets the requested Period of Performance. Award will be made to the vendor offering the lowest price that provides a quote of the correct salient characteristics, the correct quantity, and the requested delivery time for items listed in the Purchase Description. Please see the attached Purchase Description. Also, please see the attached �Justification and Approval Sole Source FAR Part 13.5_DNN Licensing (SD-23-0087)_Redacted� PROVISIONS:� The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items�(the offeror should include a completed copy of this provision with their quote). FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services - Representation DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation CLAUSES:� The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (DEC 2022); FAR 52.212-5 (MAR 2023), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): �FAR 52.203-6 Restrictions on Subcontractor Sales to the Government;� 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving;� FAR 52.225-1, Buy American Act--Supplies;� FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.232-39, Unforceability of Unauthorized Obligations; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of� Whistleblower Rights; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Service; DFARS 252.232-7010, Levies on Contract Payments All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award.� Please submit the following information with each quote: Vendor Name, Cage Code, UEI number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability.� Failure to provide sufficient technical detail may result in rejection of your quote. Offerors shall submit historical invoices/sales records on same items within the last twelve (12) months. Sales records to both Government and private entities are acceptable.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/42342f1aaf9f4de3bdf36a55f66d3d13/view)
- Place of Performance
- Address: Arlington, VA, USA
- Country: USA
- Country: USA
- Record
- SN06749808-F 20230716/230714230045 (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 |