Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 25, 2024 SAM #8307
SOLICITATION NOTICE

70 -- CData Research, Applied Analytics, and Statistics

Notice Date
8/23/2024 8:44:21 AM
 
Notice Type
Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NATIONAL OFFICE - PROCUREMENT OITA NEW CARROLLTON MD 20706 USA
 
ZIP Code
20706
 
Solicitation Number
IRS5000192291
 
Response Due
9/6/2024 7:00:00 AM
 
Archive Date
09/21/2024
 
Point of Contact
Luzmila V. George, Phone: 7063580903
 
E-Mail Address
luzmila.v.george@irs.gov
(luzmila.v.george@irs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Internal Revenue Service Research has a requirement for CData Software for the Compliance Data Warehouse (CDW). This is a solicitation for commercial items prepared in accordance (FAR) Part 13�Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation is attached. The solicitation number is IRS5000192291 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold.� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition�Circular (FAC) Number 2023-04, with effective date of June 2, 2023.� The associated NAICS code is 541519 and the small business size standard is $34M. This requirement is set-aside for authorized small business resellers. This requirement is for the following items:�CData Research, Applied Analytics, and Statistics The Government anticipates award of a firm fixed-price order for this acquisition, and the anticipated Period of Performance is one(1) year from receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance will be: Enterprise Computing Center-Martinsburg (ECC-MTB) 250 Murall Dr. Kearneysville, WV 25430 Attn: David Lisbeth 202-803-9318 The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Sep 2023), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The Government will evaluate quotations in accordance with FAR 13.106-2 and award decision will be based on a Lowest Price Technically Acceptable (LPTA). In order to be technically acceptable, the product must be in a new condition and meet all the salient characteristics/required features and specifications listed in the attached product description. The Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services (May 2024), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2023), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations. Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. The Unique Entity ID from SAM.gov, the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All questions must be received by10:00 a.m., Eastern Daylight/Standard Time, on 28, August , 2024, and reference Solicitation Number IRS5000192291. Questions may be submitted electronically to Luzmila V. George, Contract Specialist, at luzmila.v.george@irs.gov. All quotations must be received by 10:00 a.m., Eastern Daylight/Standard Time, on 6 September, 2024, and reference Solicitation Number 75N95023Q00524. Responses must be submitted electronically to Luzmila V. George, Contract Specialist, at luzmila.v.george@irs.gov. Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9221b6afd8404d14b5e099ab9f4bc68e/view)
 
Place of Performance
Address: Lanham, MD 20706, USA
Zip Code: 20706
Country: USA
 
Record
SN07184402-F 20240825/240823230126 (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 |
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.