Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2005 FBO #1320
SOLICITATION NOTICE

70 -- MERCURY SOFTWARE LICENSES, SITESCOPE SUPPORT, IMPLEMENTATION SUPPORT & TRAINING

Notice Date
7/6/2005
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
DHS - Direct Reports, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
05Q-0005
 
Response Due
7/11/2005
 
Archive Date
7/26/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. Solicitation number 05Q-0005 is issued as a Request for Proposals (RFP) through Federal Acquisition Circular 01-07. This requirement is a 100% small business set-aside. The NAICS code is: 423430 and the small business size standard is 100 employees. The U.S. SECRET SERVICE intends to negotiate for the following software licenses, sitescope support, implementation support and training: 001) BUSINESS AVAILABILITY CENTER, (BAC) ver 5.0 ? TERM LICENSE 3 YEAR. 001A)3 EACH. MERCURY END USER MANAGEMENT 5.0 ?TERM LICENSE 3 YEAR. 001B)3 EACH. MERCURY SERVICE LEVEL MANAGEMENT 5.0 ? TERM LICENSE 3 YEAR. 002)SITESCOPE PREFERRED CUSTOMER SUPPORT 3 YEAR TERM FOR 2000 PTS. 003)3 EACH: SITESCOPE SUITE ? PUBLIC TRAINING. 004) 3 EACH: BAC DASHBOARD ADMINISTRATION ? PUBLIC TRAINING. 005) 3 EACH: BAC FOUNDATION ADMINISTRATION ? PUBLIC TRAINING. 006) 3 EACH. BACSCRIPTING WITH VUGEN ? PUBLIC TRAINING. 007) 3 EACH. BAC SERVICE LEVEL MANAGEMENT ADMINISTRATION ? PUBLIC TRAINING. 008) 10 EACH. CUSTOM CONSULTING FOR AM PRODUCTS. The Government will award a purchase order based on lowest price of responsible offeror for this quote. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors-Commercial Items: for evaluation of past performance, the offeror must provide at least three references for contracts/purchase orders of similar products / services. Each reference must include customers name and address, contact person, project name, date of performance, telephone number and contract value for each reference. If business entity establishment is less than three years, provide related experience of key personnel. Past performance shall be valued as acceptable, unacceptable or neutral. 52.212-2, (Addendum) Evaluation-Commercial items; Paragraph (a) is deleted in its entirety and replaced with, The Government intends to award a firm fixed price purchase order to the responsible offeror with acceptable past performance whose quotation is lowest in price and conforms to the specifications provided herein. 52.212-2, is applicable to this solicitation. Offerors are advised to include a completed copy of the provision at 52.212-3, Offer Representations and Certifications- Commercial Items with its offer. 52.212-4, Contract Terms and Conditions- Commercial Items, applies. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, applies to this acquisition. Additionally, the following FAR Clauses cited in 52.212-5 are applicable: 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Actions 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: 52.225-1, Buy American Act-Balance of Payments Program-Supplies: 52-225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment of Electronic Funds Transfer-Central Contractor Registration. These FAR Provisions and Clauses may be accessed via the world wide web at: www.arnet.got/far/. Telephone requests for copies of FAR Provisions and Clauses will not be granted. Quotations must contain pricing for the specified line items only. Please note: All responsible offerors shall forward quote via FAX (202) 406-6801 or email: ntsai@usss.treas.gov no later than 12:00 PM on Monday, July. 11, 2005. Selection will be based on lowest price of responsible offeror for this quote. The Government will NOT be responsible for any costs accrued by the vendor in preparation of answering this solicitation.
 
Place of Performance
Address: WASHINGTON, D.C.
Zip Code: 20223-0001
Country: UNITED STATES
 
Record
SN00841735-W 20050708/050706211539 (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.