Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2007 FBO #2119
SOLICITATION NOTICE

70 -- ExRay and Message Screen User License and Support

Notice Date
9/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Acquisition and Property Division, Acqusition Branch (DC), 1280 Maryland Avenue, SW Suite 580C, Washington, DC, 20024-2142, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
07-3K06-00031
 
Response Due
9/19/2007
 
Archive Date
10/4/2007
 
Small Business Set-Aside
Total Small Business
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. 2. This solicitation #07-3K06-00031 is issued as a Request for Proposals (RFP). 3. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Regulations (FAR) Circular 2005-05. 4. This acquisition is being issued as a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) codes for this acquisition are 511210 and 541519. When submitting a proposal, offerors must submit in writing that they are registered under one of the NAICS codes for this solicitation, as well as certify that they are a small business concern under the NAICS code for this solicitation. 5. Price proposals shall be submitted in the following format: CLIN Base Year Users Amount per user Extended Amount 0001 ExRay User License and Product Assurance (PA) 3800 $ $ 0002 ExRay PA 7200 $ $ 0003 Message Screen: Anti Spam & Anti Virus User License and PA 3800 $ $ 0004 Message Screen: Anti Spam & Anti Virus PA 7200 N/A $ Total $ CLIN Option Year I Users Amount 1001 ExRay PA 11000 $ $ 1002 Message Screen: Anti Spam & Anti Virus PA 11000 N/A $ Total $ CLIN Option Year II Users Amount 2001 ExRay PA 11000 $ $ 2002 Message Screen: Anti Spam & Anti Virus PA 11000 N/A $ Total $ CLIN Option Year III Users Amount 3001 ExRay PA 11000 $ $ 3002 Message Screen: Anti Spam & Anti Virus PA 11000 N/A $ Total $ CLIN Option Year IV Users Amount 4001 ExRay PA 11000 $ $ 4002 Message Screen: Anti Spam & Anti Virus PA 11000 N/A $ Total $ Total estimated potential value (TEPV) $ 6. The contractor shall provide ExRay User License (Part No. E1-A-12500) and Message Screen: Anti Spam and Anti Virus Software (Part No. CF-1-12500-AS&SAV). The contractor shall provide product assurance which includes bug fixes, minor releases, technical support via phone and email, and new versions and upgrades. 7. This is a FOB Destination purchase. All items shall be delivered to the George Washington Carver Center ATTN: Rob Butler 5601 Sunnyside Ave. Mail Stop 5147 Beltsville, MD 20705 8. Terms and conditions applicable to this solicitation are FAR 52.212-1, Instructions to Offerors - Commercial Items-Jan 2005; 52.212-2, Evaluation-Commercial Items-Jan 1999; 52.212-3, Offeror Representations and Certifications-Commercial Items-Mar 2005. Offerors must include a completed copy of this provision with their offer [this form is available on the internet at http://www.arnet.gov/far]; 52.212-4, Contract Terms and Conditions-Commercial Items-Oct 2003; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items-Jul 2005. 9. The following clauses cited are applicable to this solicitation: FAR 52-217-9, Option to Extend the Term of the Contract-Mar: 2000: a) The Government may extend the term of this contract by written notice to the Contractor provided, that the Government shall give the Contractor a preliminary written notice of its intent to extend a least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. b) If the Government exercises this option, the extended contract shall be considered to include this option provision. c) The total duration of this contact, including the exercise of any options under this clause, shall not exceed 60 months; FAR 52.219-8, Utilization of Small Business Concerns-May 2004; FAR 52.222-21, Prohibition of Segregated Facilities-Feb 1999; FAR 52.222-26, Equal Opportunity-Apr 2002; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans-Dec 2001; FAR 52.222-36, Affirmative Action for Workers with Disabilities-June 1998; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans-Dec 2001; FAR 225-13, Restrictions on Certain Foreign Purchases-Mar 2005; FAR 232-33, Payment by Electronic Funds Transfer-Central Contractor Registration-Oct 2003. 10. All proposals are to be e-mailed to Heather.Coyle@ars.usda.gov. All proposals must be received no later than 3:00 pm EDT on September 19, 2007. Only electronic proposals will be accepted. Instructions to offerors: Proposals must be prepared in two parts: Price proposal and past performance/maintenance delivery history. Provide a price proposal in accordance with paragraph 5. Provide past performance information to demonstrate your ability to perform the proposed contract. List two (2) examples of previous work that is similar. Provide the following information for each: a. A brief description of contract similarity. b. The contract number, type, dollar value and period of performance. c. The names, addresses, telephone and fax numbers of the contracting organization, Government Project Officer(s) and Contracting Officer(s). Indicate who should be contacted to discuss past performance. Evaluation Methodology: Offeror?s proposals will be evaluated against the following criteria. They are stated in descending order of importance: a. Price b. Offeror?s past performance in performing similar or related product assurance services. Award Determination: Award will be made to the offeror who provides the best value to the government, price and other factors considered. Price is significantly more important than past performance. However, as prices become closer, past performance may become the determining factor. Clauses: The following clauses will apply to the award: I.PERIOD OF PERFORMANCE: The Period of Performance is: Base year: 10/01/07 to 09/30/08; If exercised: Option I: 10/01/08 to 09/30/09; Option II: 10/01/09 to 09/30/10; Option III: 10/01/10 to 09/30/11; Option IV: 10/01/11 to 09/30/12. Options are exercised at the sole discretion of the government pursuant to Clause 52.217-9, Option to Extend the Term of the Contract-Mar: 2000. II.CONTRACT ADMINISTRATION The Contracting Officer is the only person authorized to approve changes. This authority remains solely with the Contracting Officer. In the event the Contractor effects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and NO adjustment will be made in the contract price to cover any INCREASE incurred as a result thereof. A. The Contractor point of contact is: (To be inserted at time of award); B. The Government points of contact are as follows: Contracting Officer: Ronald Rouse; Phone: (202) 720-7891; Fax: (202) 720-7032; C. Contract Administrator: Heather Coyle; Phone: (202) 720-6531; Fax: (202) 720-3987; D. Contracting Officer?s Representative (COR): (Name: To be inserted at time of award); Phone: (TBD); Fax: (TBD); III. PAYMENT/ INVOICE PREPARATION: 1. Monthly, the contractor shall submit an Original invoice with 3 (three) copies to the following government office: (To be inserted at time of award) 2. The invoice shall be in accordance with 52-212-4. Note: A courtesy copy of each invoice shall be mailed to the Contracting Officer?s Representative (COR). IV.PAYMENTS BY ELECTRONIC FUNDS TRANSFER, FAR Clause 52.232-33 ? Oct 2003 is incorporated by reference and requires the submission of information by the contractor to the payment office. Upon award, the contractor(s) shall contact the Miscellaneous Payments Section at the National Finance Center (NFC) to initiate the enrollment process of the Vendor Express Program (VXP), which will result in a number being assigned to the Contractor for payment under EFT. NFC can be reached at 1-800-421-0323. V. AGAR 452.224-70 CONFIDENTIALITY OF INFORMATION (FEB 1988): a. Confidential information, as used in this clause, means (1) information or data of a personal nature proprietary about an individual, or (2) information of data submitted by or pertaining to an institution or organization. b. In addition to the types of confidential information described in (a)(1) and (2) above, information which might require special consideration with regard to the timing of its disclosure may derive from studies or research, during which public disclosure of primarily invalidated findings could create an erroneous conclusion which might threaten public health or safety if acted upon. c. The Contracting Officer and the Contractor may, by mutual consent, identify elsewhere in this contract specific information and/or categories of information which the Government will furnish to the Contractor or that the Contractor is expected to generate which is confidential. Similarly, the Contracting Officer and Contractor may, by mutual consent, identify such confidential information from time to time during the performance of the contract. d. It is established that information to be utilized under this contract is subject to the Privacy Act, the Contractor will follow rules and procedures of disclosure set forth in the Privacy Act of 1974, 5 U.S.C. 552a, and implementing regulations and policies, with respect to systems of records determined to be subject to the Privacy Act. e. Confidential information, as defined in (a) (1) and (2) above shall not be disclosed without prior written consent of the individual, institution or organization. f. Written advance notice of at least 45 days will be provided to the Contracting Officer of the Contractor?s intent to release findings of studies or research, which have the possibility of adverse effects on the public or the Federal agency, as described in (b) above. If the Contracting Officer does not pose any objections in writing within the 45 day period, the Contractor may proceed with disclosure. g. Whenever the Contractor is uncertain with regard to the proper handling of material under the contract, or if the material in question is subject to the Privacy Act or is confidential information subject to the provisions of this clause, the Contractor shall obtain a written determination from the Contracting Officer prior to any release, disclosure, dissemination, or publication. h. The provisions of paragraph (e) of this clause shall not apply when the information is subject to conflicting or overlapping provisions in other Federal, State or local laws. VI. AGAR 452.237-75 RESTRICTIONS AGAINST DISCLOSURE (FEB 1988): a. The Contractor agrees, in the performance of this contract to keep all information contained in source documents or other media furnished by the Government in the strictest confidence. The Contractor also agrees not to publish or otherwise divulge such information in whole or part, in any manner or form, nor to authorize or permit others to do so, taking such reasonable measures as are necessary to restrict access to such information while in the Contractor?s possession, to those employees needing such information to perform the work provided herein, i.e., on a need to know basis. The Contractor agrees to immediately notify in writing, the Contracting Officer, named herein, in the event that the Contractor determines or has reason to suspect a breach of this requirement. b. The Contractor agrees not to disclose any information concerning work under this contract to any persons or individual unless prior written approval is obtained from the Contracting Officer. The Contractor agrees to insert the substance of this clause in any consultant agreement or subcontract hereunder. VII. ORGANIZATIONAL CONFLICT OF INTEREST: a. The Contractor warrants that, to the best of the Contractor?s knowledge and belief, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest, as defined in FAR Subpart 9.5, or that the Contractor has disclosed all such relevant information. b. The Contractor agrees that if an actual or potential organizational conflict of interest is discovered after award, the Contractor will make a full disclosure in writing to the Contracting Officer. This disclosure shall include a description of actions which the Contractor has taken or proposes to take, after consultation with the Contracting Officer, to avoid, mitigate, or neutralize the actual or potential conflict. c. The Government may terminate this contract for convenience, in whole or part, if it deems such termination necessary to avoid an organizational conflict of interest. If the Contractor was aware of a potential conflict after award and did not disclose or misrepresented relevant information to the Contracting Officer, the Government may terminate the contract for default, debar the Contractor from Government contracting, or pursue such other remedies as may be permitted by law or this contract. d. The Contractor further agrees to insert provisions which shall conform substantially to the language of this clause, including this paragraph (d), in any subcontract or consultant agreement hereunder.
 
Place of Performance
Address: 5601 Sunnyside Ave. Mail Stop 5147, Beltsville. MD
Zip Code: 20705
Country: UNITED STATES
 
Record
SN01405299-W 20070915/070913220430 (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.