Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2013 FBO #4150
SOLICITATION NOTICE

D -- Trillium software maintenance renewal - RFQ 13-250-SOL-00056

Notice Date
4/3/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Health and Human Services, Health Resources and Services Administration, Office of Acquisitions Management and Policy, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
13-250-SOL-00056
 
Archive Date
5/2/2013
 
Point of Contact
Kwasi Antwi,
 
E-Mail Address
kantwi@hrsa.gov
(kantwi@hrsa.gov)
 
Small Business Set-Aside
N/A
 
Description
RFQ 13-250-SOL-00056 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 - STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect though Federal Acquisition Circular (FAC) 2005-33. ***The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $25M. The purpose of this procurement is to purchase Trillium software maintenance renewal, specifically the following items for a base period of twelve(12) months and four(4) twelve(12) month option periods. Base Period: a) Trillium Win/NT Production License (4-16 CPUS) Period of Performance: 04/23/2013 - 04/22/2014 Quantity: 1 Price: ____________ b) Trillium Win/NT Development License (1-4 CPUS) Period of Performance: 04/23/2013 - 04/22/2014 Quantity: 1 Price: ____________ c) US Postal Directory Subscription - monthly updates Period of Performance: 04/23/2013 - 04/22/2014 Quantity: 1 Price: ____________ d) US Interpolated Census Directory Subscription - Quarterly Updates Period of Performance: 04/23/2013 - 04/22/2014 Quantity: 1 Price: ____________ Total Price for Base Period (add a - d): ________________ Option Period 1: a) Trillium Win/NT Production License (4-16 CPUS) Period of Performance: 04/23/2014 - 04/22/2015 Quantity: 1 Price: ____________ b) Trillium Win/NT Development License (1-4 CPUS) Period of Performance: 04/23/2014 - 04/22/2015 Quantity: 1 Price: ____________ c) US Postal Directory Subscription - monthly updates Period of Performance: 04/23/2014 - 04/22/2015 Quantity: 1 Price: ____________ d) US Interpolated Census Directory Subscription - Quarterly Updates Period of Performance: 04/23/2014 - 04/22/2015 Quantity: 1 Price: ____________ Total Price for Option Period 1 (add a - d): ________________ Option Period 2: a) Trillium Win/NT Production License (4-16 CPUS) Period of Performance: 04/23/2015 - 04/22/2016 Quantity: 1 Price: ____________ b) Trillium Win/NT Development License (1-4 CPUS) Period of Performance: 04/23/2015 - 04/22/2016 Quantity: 1 Price: ____________ c) US Postal Directory Subscription - monthly updates Period of Performance: 04/23/2015 - 04/22/2016 Quantity: 1 Price: ____________ d) US Interpolated Census Directory Subscription - Quarterly Updates Period of Performance: 04/23/2015 - 04/22/2016 Quantity: 1 Price: ____________ Total Price for Option Period 2 (add a - d): ________________ Option Period 3: a) Trillium Win/NT Production License (4-16 CPUS) Period of Performance: 04/23/2016 - 04/22/2017 Quantity: 1 Price: ____________ b) Trillium Win/NT Development License (1-4 CPUS) Period of Performance: 04/23/2016 - 04/22/2017 Quantity: 1 Price: ____________ c) US Postal Directory Subscription - monthly updates Period of Performance: 04/23/2016 - 04/22/2017 Quantity: 1 Price: ____________ d) US Interpolated Census Directory Subscription - Quarterly Updates Period of Performance: 04/23/2016 - 04/22/2017 Quantity: 1 Price: ____________ Total Price for Option Period 3 (add a - d): ________________ Option Period 4: a) Trillium Win/NT Production License (4-16 CPUS) Period of Performance: 04/23/2017 - 04/22/2018 Quantity: 1 Price: ____________ b) Trillium Win/NT Development License (1-4 CPUS) Period of Performance: 04/23/2017 - 04/22/2018 Quantity: 1 Price: ____________ c) US Postal Directory Subscription - monthly updates Period of Performance: 04/23/2017 - 04/22/2018 Quantity: 1 Price: ____________ d) US Interpolated Census Directory Subscription - Quarterly Updates Period of Performance: 04/23/2017 - 04/22/2018 Quantity: 1 Price: ____________ Total Price for Option Period 4 (add a - d): ________________ EVALUATION FACTORS The Government will evaluate quotations based on the following evaluation criteria. TECHNICAL - BRAND NAME ONLY; ALL OR NONE PROCUREMENT PRICE - The amount, realism and consistency of the evaluated price. Non-price factors are more important than price. The evaluation shall be based on use of the adjectival scheme as follows: Pass (P) or Fail (F). *** The following provisions apply to this acquisition: 52.212-21 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. 52.212-2 Evaluation-Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: EVALUATION-COMMERCIAL ITEMS (JAN 1999) (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: Technical Capabilities (Pass/Fail)Price________________________________________________ (iv) small disadvantaged business participation; and include them in the relative order of importance of the evaluation factors, such as in descending order of importance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. *** Offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ***The following clauses apply to this acquisition: 52.204-7 Central Contractor's Registration (CCR) Database; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.222-3, Convict 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; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. Offerors shall submit their quote in accordance with FAR 52.212-1(b). EACH SUBMITTED QUOTE SHALL ADDRESS ITEMS (1) THROUGH (11) OF FAR 52.212-1(b) as follows: As a minimum, offers must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the Offeror; (4) A description of the supplies/services being offered (5) Complete breakdown of price and applicable discounts; (7) "Remit to" address, if different than mailing address; (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; (10) If the offer 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. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. PRICING SHOULD BE INCLUDED AS A SEPARATE DOCUMENT FROM ALL OTHER QUOTATION DOCUMENTS. All questions regarding this Request for Quote shall be submitted in writing via e-mail to the Contract Specialist, Kwasi Antwi, at kantwi@hrsa.gov not later than April 8, 2013 at 4:00 pm EST. The due date and time for quotations is April 17, 2013 at 4:00 pm EST. Offerors shall email their quote to kantwi@hrsa.gov, so that it is received by the response date for this RFQ. The Government shall not be liable for any costs incurred in response to this request. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. FAXED QUOTES WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/80d8a30038cde11a2fffcdabc0da152b)
 
Record
SN03027354-W 20130405/130403234347-80d8a30038cde11a2fffcdabc0da152b (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.