Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2004 FBO #1074
SOLICITATION NOTICE

70 -- Maintenance and Licenses

Notice Date
11/2/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 Naval Undersea Warfare Center Keyport, 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025305Q0027
 
Response Due
11/15/2004
 
Archive Date
12/15/2004
 
Description
This requirement in support of the Naval Undersea Warfare Center Division Keyport, is a combined synopsis/solicitation for commercial items 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. The solicitation number for this requirement issued as a request for quotation is N00253-05-Q-0027. The solicitation document incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-25. This requirement will be negotiated on an other than full and open competition basis in accordance with 10 USC 2304(c)(1) with Business Objects, San Jose, CA, as implemented by FAR 6.302-1. However, dealers are encouraged to propose. The requirement includes the following: CLIN 0001: Quantity, 1 LO, Maintenance to include: 1 each Part Number VAEXR010GLP Business Obj! ects Gov License Crystal Analysis Professional (V.10)-1, 2 each Part Number VNPSRN010 Business Objects ENT 10 Prem Win CPU 1 year Mnt, 1 each Part Number VSSSUP Business Objects Crystal Tech and Supp and Mnt 1 yr inclusive. The applicable NAICS Code for this requirement is 421430 and has a size standard of 100 employees. This requirement is to be FOB Destination, Naval Undersea Warfare Center Keyport, Keyport, WA 98345-7610 with Inspection and Acceptance at Destination with a required delivery date no later than 30 days after date of award. Quotes/Offers are due no later than 15 November 2004, 3:00 pm Pacific Time. Defense Priorities and Allocations System (DPAS) and applicable assigned rating for this requirement is DO-C9E. The following provisions apply to this solicitation, 52.212-1 Instructions to Offerors. Offerors are advised to include a completed copy of the provision at 52.212-3 Offerors Representation and Certification-Commercial Items, and 252.225-7001 Buy Ameri! can Act-Balance of Payments Program Certificate with their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: Clause 52.204-7 Central Contractor Registration, Clause 52.212-4 Contract Terms and Conditions-Commercial items, Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following FAR clauses cited in this clause are applicable to this acquisition: 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation w/Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT-CCR, DFARS Clause 525.212-7001 Contrac! t Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. The following DFARS clauses cited in this clause are applicable to this acquisition: 252.225 -7000 Buy American Act-Balance of Payments Program, 252.247-7023 Transportation of Supplies by Sea. The following FAR and DFAR clauses are incorporated by reference: 252.204-7004 Required Central Contractor Registration, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. The following DFAR Clause 252.211-7003 has been added in full. Commercial Simplified Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses, ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.gov/).! The contract resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the requirements in the solicitation and any subsequent amendments. (2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price and the following price evaluation factors: Single Award for All Items. Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the Government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. (3) Delivery: Offerors must meet the required delivery date. (4) Responsibility: Offerors must meet the standard for FAR 9.104. Any questions should be submitted in writing via the fax number provided above or e-m! ailed to lkress@kpt.nuwc.navy.mil. This notice of intent is not a request for competitive proposals. However, all proposals received within 7 days after the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely for the purpose of determining whether to conduct a competitive procurement. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer nonresponsive and result in rejection of the same.
 
Web Link
NUWC Acquisition Division
(http://www-keyport.kpt.nuwc.navy.mil/NECO/solicitation.htm)
 
Record
SN00702755-W 20041104/041102212101 (fbodaily.com)
 
Source
FedBizOpps.gov 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.