SOLICITATION NOTICE
70 -- Maintenance Renewal for Remedy Action Request System (ARS) - Brand Name J&A
- Notice Date
- 9/5/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 443120
— Computer and Software Stores
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
- ZIP Code
- 20755-0549
- Solicitation Number
- DCIMC36701
- Archive Date
- 9/27/2012
- Point of Contact
- Katherine Prisuta, Phone: 3012252530, Stephanie Lynn D. Cruz, Phone: 3012254085
- E-Mail Address
-
katherine.b.prisuta.civ@mail.mil, stephanie.l.cruz6.civ@mail.mil
(katherine.b.prisuta.civ@mail.mil, stephanie.l.cruz6.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name J&A The Defense Information Systems Agency (DISA), P.O.Box 549, Ft. Meade, MD 20755, intends to procure Maintenance Renewal for Remedy Action Request System (ARS). This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. Solicitation # DCIMC36701 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-60. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The NAICS code is 443120 “Computer and Software Stores” and the business size standard is $25.5 million. This combined synopsis/solicitation is issued as a total small business set-aside. This combined synopsis/solicitation contains one (1) contract line item number (CLIN): Maintenance Renewal for EMC Smart Software Item LP Number Description Qty Unit Price Total Price 1 1866162 BMC Remedy AR System Fixed 1-Pk Lsn Fast-Track Support 5 $ $ 2 746002 BMC Remedy AR System Fixed 5-Pk Lsn Fast-Track Support - (CI72A) 2 $ $ 3 746003 BMC Remedy AR System Fixed 5-Pk Lsn Fast-Track Support 3 $ $ 4 745999 BMC Remedy AR System Fixed 5-Pk Lsn Fast-Track Support 2 $ $ 5 746001 BMC Remedy AR System Fixed 5-Pk Lsn Fast-Track Support 1 $ $ 6 745991 BMC Remedy AR System Fixed 5-Pk Lsn Fast-Track Support 2 $ $ 7 1214831 BMC Remedy AR System Flt 1-PK Lsn Fast-Track Support 10 $ $ 8 745998 BMC Remedy AR System Flt 5-PK Lsn Fast-Track Support 2 $ $ 9 745993 BMC Remedy AR System Flt 5-PK Lsn Fast-Track Support 1 $ $ 10 881853 BMC Remedy AR System Flt 5-PK Lsn Fast-Track Support 5 $ $ 11 745992 BMC Remedy AR System Flt 5-PK Lsn Fast-Track Support 1 $ $ 12 745994 BMC Remedy AR System Server Lsn Fast-Track Support 1 $ $ 13 745996 BMC Remedy AR System Server Lsn Fast-Track Support 1 $ $ 14 745997 BMC Remedy AR System Server Lsn Fast-Track Support 1 $ $ 15 746000 BMC Remedy Distributed Server Option Lsn Fast-Track Support 2 $ $ TOTAL DELIVERY TERMS: FOB: Destination. Defense Information Systems Agency, 6910 Cooper Ave, Ft. Meade, MD 20755; electronic delivery. PERIOD OF PERFORMANCE: 1 October 2012 - 30 September 2013. INSPECTION AND ACCEPTANCE TERMS: Equipment will be inspected by Quality Assurance personnel and accepted at the delivery point. FAR/DFARS PROVISIONS & CLAUSES: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and FAR 52.212-3, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and are hereby incorporated by reference. Addendum to FAR 52.212-1 applies to this acquisition as follows: FAR 52.252-1, DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items; DFARS 252.212.7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and DFARS 252.225-7001 Buy American and Balance of Payments Program. All Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/, or https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR/DFARS Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: FAR 52.252-2, FAR 52.252-6; FAR 52.204-99 System for Award Management Registration. FAR Clause 52.212-5- Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items apply to this acquisition, specifically, the following cited clauses: FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act; EVALUATION PROCEDURES: This requirement shall be evaluated in accordance with FAR Part 13. FAR 52.212-2, Evaluation -- Commercial Items applies to this acquisition. The government will award a firm-fixed price purchase order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is the lowest price technically acceptable. FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-1 Small Business Program Representations Alt I; FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran—Representation and Certification; FAR 52.232-99-Providing Accelerated Payment to Small Business Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments. The following local clauses apply to this acquisition and can be requested from the POC below: DARS 52.204-9000 Points of Contact; DARS 52.204-9001 Contract/Order Closeout – Fixed-Price, Time-and-Materials, or Labor Hours; DARS 52.209-9000 Organizational and Consultant Conflicts of Interest (OCCI); DARS 52.232-9000 Wide Area Workflow (WAWF). Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. Quotes shall be submitted no later than 10:00 AM Eastern Time on 12 September 2012. Quotes shall be e-mailed to Katherine Prisuta at katherine.b.prisuta.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/DCIMC36701/listing.html)
- Place of Performance
- Address: The Defense Information Systems Agency (DISA), P.O.Box 549, Ft. Meade, MD 20755, Ft. Meade, Maryland, 20755, United States
- Zip Code: 20755
- Zip Code: 20755
- Record
- SN02869376-W 20120907/120906002425-ef5219b4796a452bc0cbc43a973853d1 (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 |