SOLICITATION NOTICE
70 -- Microsoft Enterprise Agreement
- Notice Date
- 9/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 519190
— All Other Information Services
- Contracting Office
- Millennium Challenge Corporation, MCC, Washington DC, 875 Fifteenth Street, N.W., Washington, DC, 20005, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- MCC-07-0170-RFP-45
- Response Due
- 9/19/2007
- Archive Date
- 10/4/2007
- 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 MCC-07-0170-RFP-45 is being issued as a Request for Proposal (RFP), and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-19. This requirement is being synopsized as an unrestricted competitive acquisition under the North American Industry Classification System code 443170 Computer and Software Stores, $8.0 M. Description: This acquisition is being solicited under the terms and conditions of the Small and Independent Agency Council?s (SIAC) Enterprise Agreement with Microsoft. Under this agreement, the Millennium Challenge Corporation qualifies at a minimum Level D price rate, however further discounts are encouraged. This acquisition is limited to authorized resellers of the Microsoft Enterprise Agreement. For CLINs 0001, 1001, and 2001, MCC requests pricing for the attached requirements in the Microsoft Enterprise Agreement Quote utilizing MS Enterprise Office (Atch 1) for a base period and 2 one-year options. For CLIN?s 0002, 1002, and 2002, MCC requests pricing for the attached requirements for True-Up Fees for a base period and 2 one-year options (Atch 1). For CLINs 0002, 1002, and 2002, during the life of the Enterprise Agreement, MCC may increase the estimated quantities of products currently in the Enterprise Agreement Quote to a maximum of 900 units each at the proposed True-Up pricing rates. CLINs 0003, 1003, and 2003 are for increases under the Enterprise Agreement for the addition of MS products that are not currently priced in CLIN 0001 and corresponding option CLIN. The ceiling amount for CLIN?s 0003, 1003, and 2003 are NTE $100,000.00 each (per year). Contract type: CLINs 0001, 1001, and 2001 are firm fixed priced line items. CLINs 0002, 1002, and 2002 are fixed unit price. CLINs 0003, 1003, and 2003 will be priced at the SIAC rate or the most favored customer rate on a fixed unit price basis when products are ordered. CLINs 0002, 1002, 2002, 0003, 1003, and 2003 shall be funded when orders for additional items/true ups are placed. All items shall be FOB Destination. The period of performance for the base period is estimated 09/24/2007 through 09/23/2008; for option 1 ? 09/24/2008 through 9/23/2009; for option 2 ? 09/24/2009 through 09/23/2010. After award, the place of delivery for products and services is 875 15th Street, N.W., Attn: Gary Dayton, Washington D.C. 20005. The technical acceptability of all offers will be determined solely on the content and merit of the information submitted in response to this synopsis/solicitation. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. The offeror shall provide a copy of its terms and conditions for its enterprise agreement. Interested parties should use and submit Atch 1 for pricing its proposal. To be eligible for award, offerors shall be registered in the Central Contractor Registration (CCR) database at www.ccr.gov. The provisions at FAR 52.212-1 ? Instructions to Offerors ? Commercial Items (Sep 2006), and FAR 52.212-2, Evaluation ? Commercial Items apply to this acquisition. The following factors shall be used to evaluate quotations: Technical capability of the item offered to meet the requirements of the solicitation; Price, and Past Performance. In accordance with FAR 12.602(a), the Government is not assigning relative importance to the evaluation factors. The Government shall award on a lowest cost, technically acceptable basis. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items (Nov 2006) and its Alt. I, or have an updated Representations and Certifications in ORCA. FAR 52-212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Order-Commercial Items (Mar 2007) is incorporated by reference. The referenced provisions and clauses may be viewed at http://www.arnet.gov/far. Offers shall be received not later than 2:00 p.m. local time on September 19, 2007 at Millennium Challenge Corporation, Attn: Kathy Spainhower, 875 15th Street, N.W., Washington D.C. 20005. If submitted in hard copy, 2 copies are requested and submission must include an electronic copy of the entire offer in a MS Office suite compatible format. Email offers are acceptable. Email address for submission of offers is spainhowerk@mcc.gov. EMAIL SPAINHOWERK@MCC.GOV FOR ATCH 1 PRICING TEMPLATE IF IT CANNOT BE RETRIEVED VIA FEDBIZOPS.
- Place of Performance
- Address: 875 15th Street, N.W., and 1401 H Street, N.W. Washington D.C.
- Zip Code: 20005
- Country: UNITED STATES
- Zip Code: 20005
- Record
- SN01406340-W 20070915/070913223228 (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 |