Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2012 FBO #3956
SOLICITATION NOTICE

70 -- Microsoft Visio 2010 Professional Government Licenses

Notice Date
9/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
U.S. Nuclear Regulatory Commisssion, Washington, DC 20555
 
ZIP Code
20555
 
Solicitation Number
RG2-12-029
 
Response Due
9/26/2012
 
Archive Date
3/25/2013
 
Point of Contact
Name: Carol Greenwood, Title: Contract Specialist, Phone: 3014923694, Fax: 3014923438
 
E-Mail Address
carol.greenwood@nrc.gov;
 
Small Business Set-Aside
N/A
 
Description
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.The solicitation number is RG2-12-029 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 334611 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-09-26 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Atlanta, GA 30303 The Nuclear Regulatory Commission requires the following items, Exact Match Only, to the following: LI 001, Part Number: D87-04895, Description: Microsoft Government OLP Visio Professional 2010 Licenses, 80, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Nuclear Regulatory Commission intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Nuclear Regulatory Commission is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The Government will only consider quotations from Microsoft and its authorized resellers/business partners. The Offeror should include evidence with its quotation that it is a Microsoft reseller/business partner and is authorized by Microsoft to sell the required solicitation items. The Government reserves the right to verify authorized reseller status of the Offeror to determine eligibility for award. The offeror shall direct all questions relating to this solicitation only to the NRC Contract Specialist. The offeror shall direct any questions relating to the fedbid.com website to fedbid.com by email or by telephone. The Government will only consider open market quotations. Quotations from Federal Supply Schedule contracts or GWAC contracts will not be considered. Quotation must be valid for at least thirty (30) days after close of this reverse auction. The following text replaces paragraphs (b) and (c) of provision 52.212-1: (b) Submission of quotations. Submit quotations according to the instructions in the solicitation before the exact time specified in this solicitation. Quotations may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations should show? (1) The solicitation number; (2) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (3) If license agreement(s) apply, provide a copy of the applicable license agreement(s); (4) Documentation that shows how the offered products comply with Section 508 standards that are included elsewhere in this solicitation (if applicable); (5) If the offeror is a reseller/business partner and is offering product(s) that their company does not manufacture, the offeror should provide evidence that the offeror is authorized by the original equipment manufacturer to sell the products or services being offered. (6) A copy of the terms of any express warranty being offered for the offered products; (7) FOB Destination-based firm-fixed-price and any discount terms. The pricing structure in the quotation may differ from the pricing structure in the solicitation as long as all specifications and other requirements are met; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments (if any); (10) If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of quotations. The offeror agrees to hold the prices in its quotation firm for at least 30 calendar days from the date and time that this FedBid.com reverse auction closes. The following Federal Acquisition Regulation (FAR) (www.acquisition.gov/far) provisions and clauses apply to this solicitation: 52.212-1, 52.212-3, 52.212-4, and 52.212-5, including the following fill-ins in paragraph (b): (to be completed by the Contract Specialist) The following FAR clauses will apply to the resultant purchase order: 52.212-4; 52.212-5, including the following fill-ins in paragraph (b): (to be completed by the Contract Specialist); and any license agreement(s) that were submitted with the quotation. License agreements would become an Addendum to the purchase order, as set forth in clause 52.212-4(s). The following Section 508 standards apply to the VMware software required by this acquisition: 1194.21, 1194.41. These standards will not be evaluation factors for award, though, because NRC requires the exact brand name products identified in this solicitation. The Government intends to award a purchase order to the responsible offeror whose technically acceptable quotation is deemed to represent the best value to the Government, price and other factors considered. The following factors will be used to evaluate quotation: 1. Extent to which quote meets brand name requirements; and 2. Price. The following FAR provisions and clauses apply to this solicitation: 52.217-6, 52.212-1, 52.212-3, 52.212-4, and 52.212-5, including the following fill-ins: 52.204-10, 52.209-6, 52.209-10, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, and 52.232-33 The folowing clauses apply to the resultant purchase order: 52.217-6, 52.212-4, and 52.212-5, including the following fill-ins: 52.204-10, 52.209-6, 52.209-10, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.232-33 and any applicable software license addendum. The full text of the referenced FAR provisions and clauses may be accessed electronically at https://www.acquisition.gov/far/. The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within ninety (90) days of contractor acceptance of the purchase order resulting from this solicitation. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. The NRC Region 2 office in Atlanta, GA currently has an established installation Microsoft Visio 2007 Professional which several divisions use to develop process work flows and document system architectures throughout the office. The FY2012 IT/IM Roadmap indicates plans to move the agency to the Microsoft Office 2010 suite in support of the Windows 7 deployment. A Microsoft Visio 2010 deployment supports this initiative. Microsoft Visio 2010 is listed on the agencies Technical Reference Model as an approved software package for deployment within the production operating environment. The NRC's TRM documents the technologies and commercial products that have been established as service standards in the agency?s information technology infrastructure. The TRM provides useful guidance for NRC staff to follow when procuring technology or technical services to reduce technology risk and redundancy and ensure the selection and use of viable technology that is aligned with technology strategy in support of business needs. Items approved in the TRM have been reviewed by the Information Technology/Information Management Board (ITB) for IT security, maintainability, infrastructure compatibility, and investment redundancy with other assets already in use. For these reasons, the Government concludes that, in accordance with FAR 13.106-1(b), only the Microsoft items specified in this solicitation can reasonably satisfy NRC's requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/RG2-12-029/listing.html)
 
Place of Performance
Address: Atlanta, GA 30303
Zip Code: 30303
 
Record
SN02893537-W 20120923/120922000503-7a122a477cb86bec8b0cdd43ed8ddbf6 (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.