Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2012 FBO #3700
SOLICITATION NOTICE

70 -- Oracle Sun Maintenance Support - Justification and Approval

Notice Date
1/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Navy, Office of Naval Intelligence, Commander, Office of Naval Intelligence, 4251 Suitland Road, Washington, District of Columbia, 20395-5720
 
ZIP Code
20395-5720
 
Solicitation Number
N00015-12-Q-0003
 
Archive Date
2/3/2012
 
Point of Contact
Tonitta Hopkins, Phone: 301-669-2418
 
E-Mail Address
thopkins@nmic.navy.mil
(thopkins@nmic.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Justification and Approval This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of FAR Subpart 13.106(1)(b) of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Quotation (RFQ) under solicitation number N00015-12-Q-0003. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-38 dated December 10, 2009. This acquisition will be processed under Simplified Acquisition Procedures (SAP). The associated North American Industry Classification System (NAICS) Code is 511210, which has a size standard of $25.0M. The Office of Naval Intelligence has a requirement to procure Oracle Sun Premier Software Maintenance support. This is a brand name specific request and the Limited Source Justification (LSJ) has been attached for review. The requirement has also been attached as an excel spreadsheet. The corresponding CSI number is 17035474. This is a brand name request. The period of performance will be one (1) year from the date of award. The anticipated period of performance is 1/25/12-1/24/13. The current maintenance contract has expired; therefore, the vendor should include any applicable reinstatement fees or additional charges in their pricing. The FOB terms are "Destination" and Net 30. Invoices will be submitted through Wide Area Work Flow (WAWF). FAR provisions and clauses that apply to this acquisition are as follows: FAR 52.212-1, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items. Additionally, the DFARS clause 252.211-7003 is applicable. Offers will be accepted via email no later than 12:00pm EST, January 19, 2012. Request for information concerning this requirement are to be submitted in writing and can be emailed to thopkins@nmic.navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONI/ONI/N00015-12-Q-0003/listing.html)
 
Place of Performance
Address: 4251 Suitland Road, Washington, District of Columbia, 20395, United States
Zip Code: 20395
 
Record
SN02651313-W 20120111/120109234552-30ea2d05bd81990058c0f26ff9945bdb (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.