SOLICITATION NOTICE
J -- Nationla Instruments LabView Softward - SF-18
- Notice Date
- 7/30/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
- ZIP Code
- 20910
- Solicitation Number
- RA133R-11-RQ-1161
- Archive Date
- 8/5/2011
- Point of Contact
- Clifford C. Edwards, Phone: 3034976335
- E-Mail Address
-
clifford.c.edwards@noaa.gov
(clifford.c.edwards@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- All quotes must be received on the SF-18 COMBINED SYNOPSIS/SOLICITATION Labview Software, (Brand Name), for Chemical Sciences Division of the NOAA Earth Systems Research Laboratory, Boulder Colorado (I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number: RA133R-11-RQ-1161 (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-¬¬53. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 541519. The small business size standard is $25.0M. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - Part Number 940005-01, Developer Suite Standard Service Program Non Concurrent Volume License Agreement Software Service Renewal of NI Developer Suite, English (S/N Z41M00328), Current configuration: NI Developer Suite, English. Volume License Agreement Service ID GALN-7HQQF2 (Renewing 26 Seats). With one year Developer Suite Standard Service Program. From 5 August 2011 - 4 August 2012. CLIN 0002 - Part Number 940005-01, Developer Suite Standard Service Program Non Concurrent Volume License Agreement Software Service Renewal of NI Developer Suite, English (S/N Z71M11780), Current configuration: NI Developer Suite, English. Volume License Agreement Service ID GALN-7HQQF2 (Renewing 26 Seats). With one year Developer Suite Standard Service Program. From 5 August 2011 - 4 August 2012. CLIN 0003 - Part Number 940006-01, LabView Standard Service Program Non Concurrent Volume License Agreement Software Service Renewal of LabView Professional Development System., MAC, (S/N M72X84384), Current configuration: NI Developer Suite, English. Volume License Agreement Service ID GALN-7HQQF2 (Renewing 4 Seats). With one year LabView Standard Service Program. From 5 August 2011 - 4 August 2012. CLIN 004 - Part Number 940006-01, LabView Standard Service Program Non Concurrent Volume License Agreement Software Service Renewal of LabView Professional Development System., MAC, (S/N M74X78438), Current configuration: NI Developer Suite, English. Volume License Agreement Service ID GALN-7HQQF2 (Renewing 27 Seats). With one year LabView Standard Service Program. From 5 August 2011 - 4 August 2012. CLIN 0005 - Part Number 780875-65, Developer Suite Configured System (Non Shippable) 1 License Non Concurrent Volume License Agreement, (S/N Z71M11780), Current configuration: NI Developer Suite, English. NI Developer Suite LV Real-Time Option, NI Developer Suite FPGA Option, Added to Volume License Agreement Service ID GALN-7HQQF2. With one year Developer Suite Standard Service Program. From 5 August 2011 - 4 August 2012. (VI) Description of requirements is as follows: See attached statement of work which applies (VII) Period of performance: August 5, 2011 - August 4, 2012 (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. The offerer will submit quote on attached SF-18. Inquiries: Offerors must submit all questions concerning this solicitation in writing to Clifford Edwards at clifford.c.edwards@noaa.gov Questions should be received no later than 12:00pm MDT on August 2, 2011¬¬¬¬¬¬¬¬¬. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation via FedBizOpps. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. (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: 1) Price alone, on an all or none basis. (End of Provision) (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011), with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (11)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644).. (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (36) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). (38) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (39) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998). 52.252-2 Clauses Incorporated By Reference (Feb 1998). This contract incorporates on or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/index.html End of Clause The following additional FAR terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991). 52.214-35, Submission of Offer in U.S. Currency (Apr 1991). 52.242-15 Stop-Work Order (Aug 1989) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. (End of Clause) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) 1352.239-70 SOFTWARE LICENSE ADDENDUM (APR 2010) (a) This Addendum incorporates certain terms and conditions relating to federal procurement actions. The terms and conditions of this Addendum take precedence over the terms and conditions contained in any license agreement or other contract documents entered into between the parties. (b) Governing Law: Federal procurement law and regulations, including the Contract Disputes Act, 41 U.S.C. Section 601 et. seq., and the Federal Acquisition Regulation (FAR), govern the agreement between the parties. Litigation arising out of this contract may be filed only in those fora that have jurisdiction over federal procurement matters. (c) Attorney's Fees: Attorney's fees are payable by the federal government in any action arising under this contract only pursuant to the Equal Access in Justice Act, 5 U.S.C. Section 504. (d) No Indemnification: The federal government will not be liable for any claim for indemnification; such payments may violate the Anti-Deficiency Act, 31 U.S.C. Section 1341(a). (e) Assignment: Payments may only be assigned in accordance with the Assignment of Claims Act, 31 U.S.C. Section 3727, and FAR Subpart 32.8, "Assignment of Claims." (f) Invoices: Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. Section 3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. (g) Patent and Copyright Infringement: Patent or copyright infringement suits brought against the United States as a party may only be defended by the U.S. Department of Justice (28 U.S.C. Section 516). (h) Renewal of Support after Expiration of this Award: Service will not automatically renew after expiration of the initial term of this agreement. (i) Renewal may only occur in accord with (1) the mutual agreement of the parties; or (2) an option renewal clause allowing the Government to unilaterally exercise one or more options to extend the term of the agreement. (End of clause) 1352.239-71 ELECTRONIC AND INFORMATION TECHNOLOGY (APR 2010) (a) To be considered eligible for award, offerors must propose electronic and information technology (EIT) that meet the applicable Access Board accessibility standards at 36 CFR 1194 designated below: __X__ 1194.21 Software applications and operating systems ______ 1194.22 Web-based intranet and internet information and applications ______ 1194.23 Telecommunications products ______ 1194.24 Video and multimedia products ______ 1194.25 Self-contained, closed products ______ 1194.26 Desktop and portable computers ______ 1194.31 Functional performance criteria ______ 1194.41 Information, documentation and support (b) The standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology device, but merely require that the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future. (c) Alternatively, offerors may propose products and services that provide equivalent facilitation. Such offers will be considered to have met the provisions of the Access Board standards for the feature or components providing equivalent facilitation. If none of the offers that meet all applicable provisions of the standards could be accepted without imposing an undue burden on the agency or component, or if none of the offerors propose products or services that fully meet all of the applicable Access Board's provisions, those offerors whose products or services meet some of the applicable provisions will be considered eligible for award. Awards will not be made to an offeror meeting all or some of the applicable Access Board provisions if award would impose an undue burden upon the agency. (d) Offerors must submit representation information concerning their products by completing the VPAT template at www.Section508.gov. (End of clause) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 12:00 PM MST on August 4, 2011. All quotes must be faxed or emailed to the attention of Clifford Edwards. The fax number is (303) 497-7719 and the email address is: clifford.c.edwards@noaa.gov (XVI) Any questions regarding this solicitation should be directed to Clifford Edwards the email address: clifford.c.edwards@noaa.gov or fax (303) 497-7719.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/RA133R-11-RQ-1161/listing.html)
- Place of Performance
- Address: US DOC NOAA ESRL, Chemical Sciences Division, 325 Broadway R/CSD1, Boulder, Colorado, 80305, United States
- Zip Code: 80305
- Zip Code: 80305
- Record
- SN02516406-W 20110801/110730233333-03384bf18a829cbac5e9ee7b9523e749 (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 |