Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2012 FBO #4045
DOCUMENT

D -- Infor Workload Manager Software _ Sole Source Support and Maintenance _ Annual Renewal - Attachment

Notice Date
12/19/2012
 
Notice Type
Attachment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Veterans Affairs;NCO 23 - Minneapolis;708 S. Third St., Suite 200E;Attention: Michael Reed;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26313Q0283
 
Response Due
12/21/2012
 
Archive Date
1/20/2013
 
Point of Contact
Michael Reed
 
E-Mail Address
l.reed1@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs Network 23 Contracting Office (NCO 23), 708 South Third Street, Minneapolis, MN 55415, on behalf of Veterans Integrated Service Network 23 (VISN 23), intends to issue a sole source award to Infor Global Solutions, Inc., 641 Avenues of the Americas, New York, NY 10011, for annual workload manager software maintenance. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Only one responsible source and no other supplies or services will satisfy agency requirements. The approved Sole Source Justification and Approval for this action is attached to this solicitation. VISN 23 has a requirement for a one-year support and maintenance renewal for existing workload management software in support of nursing personnel schedule management. The software maintenance renewals are required at multiple VISN 23 locations. This notice is issued as 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. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ); quotes are requested and a written solicitation will not be issued. Period Of Performance: one year. The North American Industry Classification System (NAICS) code and the small business size standard for this procurement are 511210 (Software Publishers) with a small business size of less than $25,000,000, respectively. Offerors must list NAICS code 511210 in their company's System for Award Management (SAM) registration: www.sam.gov. All responsible sources may submit an offer which shall be considered by the agency. Offers for the items described above are due by 21 Dec 2012, no later than 12:00 PM Central Time, to the Contracting Officer, michael.reed1@va.gov, and shall include: a firm fixed price for the required annual software support and maintenance, a detailed description of the support and maintenance services provided under the proposed contract, solicitation number, proposed delivery schedule, discount/payment terms, taxpayer identification number (ATIN), identification of any special commercial terms, and be signed by an authorized company representative. The provisions and clauses in the RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-63, effective December 10, 2012. The Federal Acquisition Regulation (FAR) may be obtained via the Internet at URL:http;//www.acquisition.gov/far/index.html The Department of Veterans Affairs FAR Supplement (VAAR) may be obtain via the Internet at URL: http://farsite.hill.af.mil/vfvara.htm. Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors-Commercial Items, which is incorporated by reference. Please note paragraphs (j) and (k) that require all offerors to have a DUNS number and current SAM registration. Offerors shall provide the information required by FAR 52.212-3 (DEC 2012), Offeror Representations and Certifications - Commercial Items with their offer. If the offeror has already entered their representations and certifications at the System for Award Management site, www.sam.gov, offerors are only required to complete paragraph (b) of the provision. FAR 52.212-4 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (NOV 2012), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified FAR clauses are incorporated by reference: FAR 52.2014-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.219-28 Post-Award Small Business Program Representation, 52.222-3Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons, 52.223-18 Contractor Policy to Ban Text Messaging while Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim. The following VAAR clauses will also be incorporated into any resultant contract: VAAR 852.203-70 Commercial Advertising, 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, 852.215-71 Evaluation Factor Commitments, 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference, 852.270-1 Representatives of Contracting Officers, 852.273-74 Award Without Exchanges, 852.273-76 Electronic Invoice. Selection and award will be made to the offeror whose offer will be most advantageous to the Government, with consideration given to the following evaluation factors listed in order of importance: 1) Technical: meets all of the above specifications and every item in the Requirements List; 2) Price 3) Past Performance. Technical and Past Performance factors, when combined, are equal to Price. Questions regarding this acquisition must be submitted in writing (e-mail only) to: michael.reed1@va.gov, no later than 3:30pm (CT)on 20 Dec 2012. Prospective offerors shall notify this office of their intent to submit a quotation. It is the offeror's responsibility to monitor this site for the release of amendments (if any). Potential offerors will be responsible for downloading their own copy of this notice and any amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26313Q0283/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-13-Q-0283 VA263-13-Q-0283.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=559542&FileName=VA263-13-Q-0283-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=559542&FileName=VA263-13-Q-0283-000.docx

 
File Name: VA263-13-Q-0283 P03 Sole Source J and A _ Infor Workload Mgr APPROVED.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=559543&FileName=VA263-13-Q-0283-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=559543&FileName=VA263-13-Q-0283-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Veterans Integrated Service Network 23 (VISN 23);Network Office (HQ);2805 Dodd Road, Suite 250;Eagan Minnesota
Zip Code: 55121
 
Record
SN02952652-W 20121221/121219235244-53d96c59189e7c09e39659dab4f3762c (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.