Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2005 FBO #1494
SOLICITATION NOTICE

J -- Mercury Loadrunner Annual Maintenance

Notice Date
12/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
F3PT415340A100
 
Response Due
12/29/2005
 
Archive Date
1/13/2006
 
Description
MERCURY LOADRUNNER ANNUAL MAINTENANCE RENEWAL 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; quotations are being accepted and a written solicitation will not be issued. Award is contingent upon availability of funds. This requirement is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. The NAICS Code is 541519; size standard $21M. Headquarters Air Force Personnel Center plans to award a contract for Mercury Loadrunner Annual Maintenance Renewal to include: Mercury Loadrunner 8.1 Controller-Perpetual License (1ea), Mercury Loadrunner GUI Virtual Users ? Perpetual License (5ea), Mercury Loadrunner Group Protocols-Perpetual License (3000ea), Mercury Loadrunner 8.0-Perpetual Seat License (80ea) and TestDirector Standard 8.0-Perpetual Site Concurrent License (24ea). Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Provision 52.212-2, Evaluation ? Commercial Items, is applicable to this acquisition. The specific evaluation factors for this provision are as follows: (1) Price ? Offeror?s price quote must include discount terms, tax identification number and cage code, (2) Conformance to Specifications ? Listed above, and (3) Past Performance ?Past performance information must include a list of at least 2 clients having a contract with the offeror within the past two years. Past performance information must include contract number, contract type (i.e. fixed price, time and material, etc.), whether government or commercial, award date, completion date , and dollar amount. All responses will be considered, but must be submitted in accordance with this synopsis. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may apply at http://www.ccr.dlsc.dla.mil Offerors must also include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items which can be obtained at http://farsite.hill.af.mil - FAR - Part 52. The following clauses also apply: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1, Instructions to Offerors-Commercial (JAN 2005); 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005). Addendum 52.212-4: Paragraph (c) of this clause is tailored as follows: (c Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of: (1) Administrative changes such as changes in the paying office, appropriation data, etc. (2) No cost amended shipping instructions (ASI) if?(A) The ASI modifies a unilateral purchase order, and (B) The contractor agrees verbally or in writing, (3) Any change made before work begins if?(A) The change is within scope of the original order, (B) The contractor agrees; ( C ) The modification references the contractor?s verbal or written agreement. 52.212-5, Contract Terms and Conditions ? Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items with these additional FAR clauses marked: 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.225-13 Restriction on Certain Foreign Purchases (MAR 05) and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). The following clauses also apply: 52.222-48 -- Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment -- Contractor Certification (AUG 1996); 252.204-7004, Required Central Contractor Registration (NOV 2003); 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2005) with these additional clauses being applicable: 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2001) and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003) and 52.252-1 -- Solicitation Provisions Incorporated by Reference (FEB 1998). Furthermore, Section 508 of the Rehabilitation Act of 1973 applies and can be viewed at http://www.section508.gov The full text of these clauses may be accessed at http://farsite.hill.af.mil Responses to this notice shall be provided in writing via e-mail to TSgt Anthony J. Smith or Nelda Lopez at anthony.smith@randolph.af.mil or nelda.lopez@randolph.af.mil respectively, no later than 29 Dec 05, 1:00 P.M. (CT).
 
Place of Performance
Address: Randolph AFB, Texas
Zip Code: 78150
Country: USA
 
Record
SN00958644-W 20051229/051227211658 (fbodaily.com)
 
Source
FedBizOpps 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.