Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2007 FBO #1931
SOLICITATION NOTICE

70 -- Software Maintenance Service Annual Software Mainframe Renewal for Spanlink Software Application

Notice Date
3/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Acquisition Services Division (9TE), 1301 Clay Street, Suite 280S, Oakland, CA, 94612, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
9T7NJBIC124
 
Response Due
3/15/2007
 
Archive Date
3/30/2007
 
Description
(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and 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. (II) The solicitation for commercial is issued by the U.S. General Services Administration (GSA), Northern California Area Team (NCAT), Federal Acquisition Service (FAS) on behalf of the Department of Defense, Defense Manpower Data Center (DMDC) West, Seaside California. (III) This solicitation number is 9T7NJBIC124 and is used as a Request for Quotes (RFQ). The Government may transmit or post any common questions and answers regarding this solicitation to all interested parties. (IV) Document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-11. (V) This solicitation is issued on an unrestricted basis. (VI) Description of Requirement: Annual 24x7 for One Spanlink Maintenance Renewal IPCC EE Lab for Enterprise Customers CON-PSAU-IPCNPSEE IPCC ENTERPRISE ENHANCED AGENT CON-PSAU-IPEENHAG IPCC ENTERPRISE SERVER LICENSE CON-PSAU-IPESVR IP IVR or IP QM Cold Standby Server CON-PSAU-IPIVQ3CS IP IVR 3.x Software. Includes 5 IP IVR Ports CON-PSAU-IPIVR3.X IVR 3.1 Software and 5 IVR Ports CON-PSAU-IVR3X 10 IVR 3.X Ports CON-PSAU-IVR3XPO10 50 IVR 3.X Ports CON-PSAU-IVR3XPO50 Maintenance must include: software updates, telephone support, and web self help Required Maintenance Period: April 1, 2007 ? March 31, 2008 (VII) The following Federal Acquisition Regulations clauses apply to this solicitation and any subsequent award: (Clause 1) 52.212-1 -- Instruction to Offerors -- Commercial Items. (Jan 2006) is hereby incorporated into this solicitation by reference and the following additional instructions apply: (Clause 2) 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) is hereby incorporated into this solicitation in full text as follows: a) The Government will award a 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: Price (Sub factors; Price and Cost Realism) Technical and past performance, when combined, are approximately equal to cost or price of all other evaluations factors. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer; mailed or otherwise, furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (Clause 3) (52.212-3) -- Offeror Representations and Certifications -- Commercial Items (Mar 2005) offeror are reminded to complete on-line representations and certifications at http://orca.bpn.gov prior to the RFQ closing date and before submitting an offer in response to this solicitation. (Clause 4) 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Sept 2005) is incorporated by reference. (Clause 5) 52.212-5 - Contract terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Feb 2006) is hereby incorporated into this solicitation in full text in the attached solicitation additional clauses document and the following paragraphs, (a), (b) 1, 14, 15, 16, 17, 18, 19, 20, 31 apply to this solicitation and any resulting contract. (Other applicable clauses) The following clauses are also applicable to this acquisition and are hereby incorporated into this solicitation by reference: 52.204-7 -- Central Contractor Registration 52.233-3, Protest after Award; 52.243-1, Changes-Fixed Price Alternate 1 (Apr 1984) 52.252-2, Clauses Incorporated by Reference (for a full text version of these clauses, go to www.arnet.gov or http://farsite.hill.af.mil); 252.204-7004 Alt A, Required Central Contractor Registration; 252.232-7003, Electronic Submission of Payment Requests: Other applicable clauses) The following clause is applicable to this acquisition and is hereby incorporated in this solicitation in full text in the attached solicitation additional clauses document. 52.222.22, Previous Contracts and Compliance Reports; (VIII) Closing Date and Time: March 14, 2007, 4:00 p.m. PST. (IX) Offerors must submit Cost Quotations via email to the Technology Project Advisor by the closing date and time of this solicitation. Please limit attachments to no more then 3MB. (X) If offeror does not have access to email, offeror must mail offer to: Chris Matthews U.S. General Services Administration 450 Golden Gate Avenue, 5th Floor East Tower San Francisco, California 94102 The NCAT Office is located in a secure federal building. If offers are hand delivered, please ensure that any courier is instructed to allow sufficient time for access to the facility. All proposals shall be clearly marked with the RFQ Number 9T7NJBIC124. All offerors are hereby notified that if your proposal is not received by the date/time and at the location specified in this notice announcement, this it will be considered late/non-responsive. (XI) Please direct any questions regarding this solicitation to the Technology Project Manager, Mr. Josh Barrak at josh.barrak@gsa.gov or (408) 842-6223. POINT OF CONTACT Chris Matthews, Contracting Officer, Phone (415)522-4522, Email chris.matthews@gsa.gov
 
Place of Performance
Address: Defense Manpower Date Center (DMDC) West 400 Gigling Road Seaside, CA
Zip Code: 93955-6771
Country: UNITED STATES
 
Record
SN01247945-W 20070311/070309222220 (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.