SOLICITATION NOTICE
70 -- FileMaker Maintenance License T5
- Notice Date
- 8/11/2020 10:39:25 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- W4PZ USA MED RSCH ACQUIS ACT FORT DETRICK MD 21702-5014 USA
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-20-Q-0169
- Response Due
- 8/13/2020 7:00:00 AM
- Archive Date
- 08/28/2020
- Point of Contact
- Wanda King
- E-Mail Address
-
wanda.d.king.civ@mail.mil
(wanda.d.king.civ@mail.mil)
- Description
- COMBINED SYNOPSIS/SOLICITATION INSTRUCTIONS WITH AMENDMENT � � Issue Date: 5 August 2020 � Close Date: 13 August 2020 � Contracting Activity: U.S. Army Medical Research Acquisition Activity (USAMRAA) located at 820 Chandler Street, Fort Detrick, MD 21702. � Requiring Activity: U.S. Army Medical Research Institute of Infectious Diseases (USARIID) � Subject: Brand Name or Equal: FileMaker Maintenance Perpetual Software License � Solicitation Number: W81XWH-20-Q-0169 � Description of Requirement: The USAMRIID has a requirement for FileMaker Maintenance Perpetual site license for Tier 5 for a period of three (3) years; one (1) � 12 month period and two (2) option periods to continue support and permit use of pervious license to accommodate up to 930 seats.� Shall include having a cross platform relational database with technical support, engine with graphical user interface, and security feature for advanced and mission critical issues.� � This is a combined synopsis/solicitation issued as a Request for Quote (RFQ) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will be not be issued. � �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2020-05; effective 30 March 2020 � This acquisition is being competed using full and open competition. The North American Industry Classification System (NAICS) code is 511210 � Software Publishers with a Size Standard of $41,500,000.00. � Contract award shall be made on Lowest Price Technical Accepted (LPTA). � The Contract Line Item Number (CLIN) numbers and items, quantities, units of measure and description are identified under the Supplies/Services Section of the RFQ. � The anticipated date of delivery 20 September 2020 and shall have two (2) Option Years as follow: CLIN 0001 Base Year:� 20 September 2020 through 19 September 2021 CLIN 1001 Option Year 1:� 20 September 2021 through 19 September 2022 CLIN 2001 Option Year 2:� 20 September 2020 through 19 September 2023 ����������������������� Offerors responding to this combined synopsis/solicitation shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications � Commercial Items with its quote. � Point-of-Contact: The point-of-contact for this acquisition is Ms. Wanda King, Contract Specialist, wanda..d.king.civ@mail.mil. No telephone calls will be accepted. � Instructions for the Preparation and Submission of Quotes � Quotes shall be prepared in accordance with this solicitation and FAR provision 52.212-1, Instructions to Offerors � Commercial Items including the Addendum M, which is included with the attached RFQ. � �All quotes shall be evaluated in accordance with the evaluation criteria identified in FAR 52.212-2 Evaluation � Commercial Items included with the attached RFQ. � The FAR clause 52.212-4 Contract Terms and Conditions �Commercial Items applies to this acquisition. Additional contract requirements and terms and conditions are identified in the attached RFQ. � The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items, apples to this acquisition. See the clause for additional FAR clauses cited and marked which are applicable to this acquisition. � The Government reserves the right to reject any or all quotes, and to award no contract at all, depending on the quality of the quote(s) submitted and the availability. � Questions: Questions shall be submitted via e-mail to Ms. Wanda King, wanda.d.king.civ@mail.mil, no later than 10:00 AM Eastern Time on 10 August 2020. Questions received after this date will not be accepted. An Amendment to this RFQ will be posted to https://beta.sam.gov/ with responses to the questions received. Only one set of questions per Contractor will be accepted. No telephone calls will be accepted. � Quotes: Quotes in response to this RFQ are due via e-mail no later than 10:00 AM Eastern Time on 13 August 2020 to Ms. Wanda King, Contract Specialist, wanda.d.king.civ@mail.mil. � The Offeror shall agree to honor proposed prices for 60 days from the due date for receipt of quotes.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/de4552b8ea254a5496b0d4d33f50406c/view)
- Place of Performance
- Address: Santa Clara, CA 95054, USA
- Zip Code: 95054
- Country: USA
- Zip Code: 95054
- Record
- SN05753635-F 20200813/200811230150 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |