MODIFICATION
70 -- MiniTab Release 14 for Windows
- Notice Date
- 1/18/2007
- Notice Type
- Modification
- NAICS
- 443120
— Computer and Software Stores
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N6890707RCH9001
- Response Due
- 1/26/2007
- Archive Date
- 2/10/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Proposal number is N62645-07-T-0052. Provisions and clauses in effect through Federal Acquisition Circular 05-14 are incorporated. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be access in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 511210, with a small business size of $23.0 million per year. This is a 100% Small Business Set Aside requirement; all qualified small business vendors are encouraged to submit a proposal. The Naval Medical Logistics Command request responses from qualified sources capable of providing: 1) P/N: FPAEM14W A. 51-60 Description: MiniTab Release 14 or later for Windows, Network Annual License for up to 60 users Quantity: 1 Year (FY07) U/P: OPTIONAL EXTENSION OF ANNUAL LICENSE 2) P/N: Description: MiniTab, Network Annual License Upgrade/Maintenance for up to 60 users Quantity: 1 Year (FY08) U/P: 3) P/N: Description: MiniTab, Network Annual License Upgrade/Maintenance for up to 60 users Quantity: 1 Year (FY09) U/P: 4) P/N: Description: MiniTab, Network Annual License Upgrade/Maintenance for up to 60 users Quantity: 1 Year (FY10) U/P: 5) P/N: Description: MiniTab, Network Annual License Upgrade/Maintenance for up to 60 users Quantity: 1 Year (FY11) U/P: Est. Period of Performance: 01 FEB 2007 to 31 JAN 2008 (plus 4 one year option periods) Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.247-34, F.O.B. Destination; DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply: 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities , 252.225-7021, Trade Agreements; 252.227-7015, Technical Data?Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7024, Notification of Transportation of Supplies by Sea. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. Award will be based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Determination of low price to include option periods (FAR 52.217-5). Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. Quotes/Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to James Suerdieck at jdsuerdieck@nmlc.med.navy.mil. Proposals are due by 1200 EST on 26 JAN 07. Any questions must be addressed to James Suerdieck by email only NLT 23 JAN 07. No phone calls accepted.
- Place of Performance
- Address: Navy Medicine Support Command, H2005 Knight Lane, P.O. Box 140, Jacksonville, FL
- Zip Code: 32212-0140
- Country: UNITED STATES
- Zip Code: 32212-0140
- Record
- SN01214805-W 20070120/070119093502 (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 |