SOLICITATION NOTICE
70 -- Oracle Software
- Notice Date
- 9/8/2022 8:54:55 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- W7NW USPFO ACTIVITY OR ARNG SALEM OR 97309-5047 USA
- ZIP Code
- 97309-5047
- Solicitation Number
- 11850847
- Response Due
- 9/21/2022 1:00:00 PM
- Archive Date
- 10/06/2022
- Point of Contact
- Joshua Fellwock, Phone: 971-355-4218, Joel Sire, Phone: 971-355-4217
- E-Mail Address
-
joshua.d.fellwock.civ@army.mil, joel.a.sire.civ@army.mil
(joshua.d.fellwock.civ@army.mil, joel.a.sire.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in 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. Solicitation #: 11850847 This solicitation is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. This acquisition is a total small business set-aside using NAICS 511210 with a small business size standard of $41.5M. The following commercial items are requested: CLIN 0001 � Quantity: 4 ��$___________ Requirement for one (1) year Licenses for 4 processors for Oracle Database Standard edition 2 from 25 Sep 2022 � 24 Sep 2023. CLIN 0002 � Quantity: 1 ��$___________ 1 year of support for Oracle Database Standard Edition 2 for 4 processors from 25 Sep 2022 � 24 Sep 2023. CLIN 1001 � Quantity: 4�� $___________ Option for increase in quantity for one (1) year Licenses for 4 processors for Oracle Database Standard edition 2 from 25 Sep 2023 � 24 Sep 2024. CLIN 1002 � Quantity: 1 ��$___________ 1 year of support for Oracle Database Standard Edition 2 for 4 processors from 25 Sep 2023 � 24 Sep 2024. Total Price (CLINs 0001 � 1002: $_____________ Additional Requirements: Support must include 24/7 technical assistance through a support medium (phone, email, or chat capabilities). Access must be allowed to receive security updates via �myoracle� support. Delivery Information: FOB: Destination Delivery date: 30 calendar days After Date of Contract (ADC). Delivery Address: 1776 Militia Way SE Salem, OR 97301 The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition and is supplemented as follows: 1. Questions: All questions shall be in writing. Questions shall be submitted to Joshua Fellwock at joshua.d.fellwock.civ@army.mil. Questions must be submitted No Later Than 16 September 2022. 2. Quote Submission: Quotes shall be submitted by email to the to Joshua Fellwock at joshua.d.fellwock.civ@army.mil (971-355-4218) or Joel Sire at joel.a.sire.civ@army.mil no later than Wednesday 21 September 2022 at 1:00 PM PT. Quotes shall be clearly marked RFQ 11850847, not to exceed 4 pages, 10 point font. Quoters are hereby notified that if their quotes are not received by the date, time, and location specified in this announcement, it may not be considered by the agency. It is the responsibility of the quoter to view the website for any changes or amendments to this RFQ. Award may be made without discussions. a. It is your responsibility to make sure your quote is received. The fact that the contracting office did not receive your quote due to an error with email address does not change the due date or time. In lieu of the provision at 52.212-2 Evaluation -- Commercial Products and Commercial Services, the follow evaluation procedures will be used: Award shall be made to a single quoter. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation and is the lowest price. Options. The Government will evaluate quoters for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). THE FOLLOWING PROVISIONS MUST BE COMPLETED BY THE QUOTER AND MUST BE SUBMITTED WITH THE QUOTATION (if these have been filled out by the contractor in SAM.gov submission of this information is not required for the quote) 52.204-24 -- Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.212-3 -- Offeror Representations and Certifications-Commercial Items. THE FOLLOWING PROVISIONS REQUIRE COMPLETION BY THE QUOTER 52.203-18 -- Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.204-26 -- Covered Telecommunications Equipment or Services-Representation 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-11 -- Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.219-1 -- Small Business Program Representations 52.223-22 -- Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation 52.225-25 -- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�representation and Certifications 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials 252.204-7017 -- Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation. 252.204-7016 -- Covered Defense Telecommunications Equipment or Services�Representation PROVISIONS INCORPORATED BY REFERENCE 52.204-7 -- System for Award Management 52.204-16 -- Commercial and Government Entity Code Reporting 52.204-17 -- Ownership of Control of Offeror 52.204-20 -- Predecessor of Offeror 52.204-23 -- Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities. 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 -- Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) 52.212-2 -- Evaluation -- Commercial Items. 52.217-5 -- Evaluations of Options 52.219-1 -- Small Business Program Representations 52.222-22 -- Previous Contracts and Compliance Reports 52.222-25 -- Affirmative Action Compliance 252.204-7008 -- Compliance with Safeguarding Covered Defense Information Controls 252.225-7055 � Representation Regarding Business Operations with the Maduro Regime� CLAUSES INCORPORATED BY REFERENCE 52.203-19 -- Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-2 -- Security Requirements 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards. 52.204-13 -- System for Award Management Maintenance 52.204-18 -- Commercial and Government Entity Code Maintenance 52.204-19 -- Incorporation by Reference of Representations and Certifications 52.204-21 -- Basic Safeguarding of Covered Contractor Information Systems 52.204-25 -- Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-10 -- Prohibition on Contracting with Inverted Domestic Corporations 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. 52.219-6 -- Notice of Total Small Business Set-Aside 52.219-14 -- Limitations on Subcontracting. 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 Equal Opportunity for Workers with Disabilities 52.222-50 -- Combating Trafficking in Persons 52.222-55 -- Minimum Wages Under Executive Order 13658 52.223-6 -- Drug-Free Workplace 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 -- Restrictions on Certain Foreign Purchases 52.232-33 -- Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (31 U.S.C. 3332) 52.232-39 -- Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors 52.233-3 -- Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4 -- Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)) 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 -- Requirements to Inform Employees of Whistleblower Rights 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials 252.204-7000 -- Disclosure of Information. 252.204-7003 -- Control of Government Personnel Work Product. 252.204-7006 -- Billing Instructions 252.204-7012 -- Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018 -- Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.225-7001 -- Buy American and Balance of Payments Program 252.225-7002 � Qualifying Country Sources as Subcontractors 252.225-7012 -- Preference for Certain Domestic Commodities 252.225-7048 -- Export-Controlled Items 252.225-7056 -- Prohibition Regarding Business Operations with the Maduro Regime 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 -- Levies on Contract Payments 252.237-7010 -- Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7098 -- Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites�Representation (DEVIATION 2021-O0003) (APRIL 2021) 252.243-7001 -- Pricing of Contract Modifications 252.244-7000 -- Subcontracts for Commercial Items PROVISIONS AND CLAUSES: FULL TEXT 52.217-7�Option for Increased Quantity-Separately Priced Line Item. As prescribed in�17.208(e), insert a clause substantially the same as the following: Option for Increased Quantity-Separately Priced Line Item�(Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within�60 days of contract expiration. Delivery of added items shall continue at the same rate that like items are called for under the contract unless the parties otherwise agree. (End of clause) 52.252-1�Solicitation Provisions Incorporated by Reference. As prescribed in�52.107(a), insert the following provision: Solicitation Provisions Incorporated by Reference�(Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acquisition.gov �(End of provision) 52.252-2�Clauses Incorporated by Reference. As prescribed in�52.107(b), insert the following clause: Clauses Incorporated By Reference�(Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acquisition.gov (End of clause) 52.252-5�Authorized Deviations in Provisions. As prescribed in�52.107(e), insert the following provision in solicitations that include any FAR or supplemental provision with an authorized deviation. Whenever any FAR or supplemental provision is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the provision when it is used without deviation, include regulation name for any supplemental provision, except that the contracting officer shall insert ""(DEVIATION)"" after the date of the provision. Authorized Deviations in Provisions (Nov 2020) ������(a)�The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the provision. ������(b)�The use in this solicitation of any�Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of clause) 52.252-6�Authorized Deviations in Clauses. As prescribed in�52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert ""(DEVIATION)"" after the date of the clause. Authorized Deviations in Clauses (Nov 2020) ������(a)�The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. ������(b)�The use in this solicitation or contract of any�Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of clause) 252.232-7006� Wide Area WorkFlow Payment Instructions As prescribed in�232.7004�(b), use the following clause: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) (a)�Definitions.�As used in this clause� �Department of Defense Activity Address Code (DoDAAC)� is a six position code that uniquely identifies a unit, activity, or organization. �Document type� means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). �Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. �Payment request� and �receiving report� are defined in the clause at�252.232-7003�, Electronic Submission of Payment Requests and Receiving Reports. (b)�Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS)�252.232-7003�, Electronic Submission of Payment Requests and Receiving Reports. (c)�WAWF access. To access WAWF, the Contractor shall� (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d)�WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the �Web Based Training� link on the WAWF home page at https://wawf.eb.mil/ (e)�WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f)�WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1)�Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items� (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. Combo Form (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial item financing, submit a commercial item financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. (3)�Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF�������������������� Data to be entered in WAWF Pay Official DoDAAC�������������������� HQ0670��������������������������������� Issue By DoDAAC������������������������� W912JV��������������������������������� Admin DoDAAC**������������������������� N/A����������������������������������������� Inspect By DoDAAC���������������������� W510RG�������������������������������� Ship To Code��������������������������������� N/A����������������������������������������� Ship From Code���������������������������� N/A����������������������������������������� Mark For Code������������������������������� N/A����������������������������������������� Service Approver (DoDAAC)�������� N/A����������������������������������������� Service Acceptor (DoDAAC)��������� N/A ________������������������������ Accept at Other DoDAAC������������� N/A����������������������������������������� LPO DoDAAC�������������������������������� N/A����������������������������������������� DCAA Auditor DoDAAC���������������� N/A����������������������������������������� Other DoDAAC(s)������������������������� N/A����������������������������������������� (4)�Payment request.�The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5)�Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g)�WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity�s WAWF point of contact. Joel.a.sire.civ@army.mil or joshua.d.fellwock.civ@army.mil� (Contracting Officer: Insert applicable information or �Not applicable.�) (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2f11c6ca7d074ce588259d2e83b7586e/view)
- Place of Performance
- Address: Salem, OR 97301, USA
- Zip Code: 97301
- Country: USA
- Zip Code: 97301
- Record
- SN06458196-F 20220910/220908230132 (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 |