SOLICITATION NOTICE
70 -- Sybase Software Maintenance
- Notice Date
- 11/29/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- N00104 NAVICP 5450 Carlisle Pike PO Box 2020 Mechanicsburg, PA
- ZIP Code
- 00000
- Solicitation Number
- N0010408QQ102
- Response Due
- 12/3/2007
- Archive Date
- 12/4/2007
- Point of Contact
- Marissa Jackson 717-605-2639
- E-Mail Address
-
Email your questions to marissa.jackson@navy.mil
(marissa.jackson@navy.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Naval Inventory Control Point (NAVICP), Mechanicsburg, PA, intends to issue a firm fixed price commercial order to Sybase Inc. for software server, seat, and site maintenance. The statutory authority for pursuing this action on a sole source basis is 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1. Sybase is the publisher of this proprietary software and is the only vendor capable of maintaining it. Software maintenance is the right to software upgrades. Sybase is the only firm that has the source code and therefore the only firm to offer software maintenance. Solicitation N00104-08-Q-Q102 is issued as a Request for Quote (RFQ). This solicitation d ocument and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circulars 2005-21, effective 07 November 2007 & Class Deviation 2005-00001. This is a sole source acquisition that is not set aside for small business. The North American Industry Classification Systems (NAICS) code for this requirement is 443120 with a size standard of $8M. Software maintenance is being procured for the following items: Sybase IQ, Qty. 7; ASE Windows Workplace, Qty. 6; Warehouse Studio, Qty. 19; Adaptive Server IQ, Qty. 250; and EAServer Deploy Enterprise, Qty. 15. This order will cover one year of maintenance coverage. Place of delivery is the Military Sealift Command, Washington Naval Yard, Washington, DC. A firm fixed price order will be issued. The following FAR and DFARS provisions and clauses as well as addenda apply to this acquisition and are incorporated by reference: - FAR 52.212-1, Instructions to Offerors - Commercial Items - FAR 52.212-4, Contract Terms and Conditions- Commercial Items - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. Clause 52.212-5 further incorporates the following: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.225-13, 52.232-33 and 52.239-1. - DFARS 252.212-7001, Contract Terms & Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Clause 252.212-7001 further incorporates the following clauses/provisions: 252.205-7000, 252.225-7001, 252.225-7012, 252.227-7015, 252.232-7003, 252.247-7023 Alt III and 252.247-7024. - DFARS 252.204-7004 Alt A, Required Central Contractor Registration, - DFARS 252.232-7010 Levies on Contract Payments, - DFARS 252.246-7003 Notification of Potential Safety Issues Responses to this synopsis must be received no later than 9:00 AM EST on 03 December 2007 and shall be sent via email to marissa.jackson@navy.mil. Questions should be directed to Marissa Jackson via email or by calling 717-605-2639.
- Record
- SN01460331-W 20071201/071129224128 (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 |