SOLICITATION NOTICE
D -- BMC Footprints License & Training/Consultation - 75D301-21-Q-72984
- Notice Date
- 5/28/2021 8:15:56 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- CDC OFFICE OF ACQUISITION SERVICES ATLANTA GA 30333 USA
- ZIP Code
- 30333
- Solicitation Number
- 54192
- Response Due
- 6/11/2021 8:30:00 AM
- Archive Date
- 06/26/2021
- Point of Contact
- Liz Cole-Greenblatt, Lauren Peel
- E-Mail Address
-
qst7@cdc.gov, ijt9@cdc.gov
(qst7@cdc.gov, ijt9@cdc.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (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 not be issued. The solicitation number for this requirement is 75D301-21-Q-72984 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. The Centers for Disease Control and Prevention intends to award a firm-fixed-price contract for the following requirement, please either fill in the dollar amounts or provide a separate excel spreadsheet containing the same information including a list of line item number(s) and items, quantities, units of measure, and options, if applicable:� CLIN� � �Description/Item Code� � � � � � � � � � � � � �� � � Unit� � � � � �Unit Price 0001� � �BMC Footprints License & Maintenance� � 35 Each� � $ � � � � � � �Base Year��(EDW06-001-E1-4001) � � � � � � �Includes-�Software Learning Pass Credit - Up to 19-Each - Education 0002� � �Training/Consultation - Up to 10 Users� � � �1�Each� � $ � � � � � � �Base Year��(NUMAFPSCA-0120) � � � � � � �Includes- Instruction for trainees on how to: administer BMC Footprints License; perform system configurations; use BMC Footprints License for Agents & Customers; get support for the products when needed; conduct troubleshooting techniques; & use help features included in the product. One administration training session preferred. 1001� � �BMC Footprints License & Maintenance� � � �1�Each� � $ � � � � � � �OptionYear�1��(EDW06-001-E1-4001) 1002� � �Training/Consultation - Up to 10 Users� � � � � 1�Each� � $ � � � � � � �Option Year 1��(NUMAFPSCA-0120) All work shall be performed in accordance with the attached Statement of Work (SOW).�The Support ID is 633484. End user seeks Concurrent Techs. Currently running Footprints version 20.20.03; build 61.3766.� Your quote shall include the following: Unit/Total Price for each CLIN Capabilities in accordance with the Statement of Work and Evaluation Factors Period of Performance: ����������� Base Year�� 07/27/2021 � 07/26/2022 ����������� Option 1���� 07/27/2022 � 07/26/2023 Delivery Address:� ����������� Centers for Disease Control and Prevention ����������� 2500 Century Center ����������� Atlanta, GA 30345 The quote format is at the discretion of the offeror. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2021-05 (March 10, 2021). A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management. To register apply via the Internet at http://www.sam.gov. For questions on registration contact Federal Service Desk at 866-606-8220. Include FAR 52.212-3, Offeror Representations and Certifications with Offer or indicate if it is available online at SAM.gov. No telephonic quotes will be processed. All responses must be received no later than 11:30 A.M., Eastern Standard Time on June 11, 2021. Please send any questions and quotes to Liz Cole-Greenblatt at qst7@cdc.gov. Attachments: 1. Statement of Work (SOW) 2. Clauses (separate document must include 52.212-1, 52.212-2 state how you will evaluate i.e. lowest priced technically acceptable offer (LPTA), 52.212-3, 52.212-4 (by reference) and 52.212-5 (check applicable clauses) 3. Justification for Sole Source Procurement (IAW FAR 13.106-1(b)(1))
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/79493c4d082345caa969ff2c494372ff/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06016288-F 20210530/210528230110 (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 |