SOLICITATION NOTICE
70 -- SOFTWARE
- Notice Date
- 10/20/2009
- Notice Type
- Presolicitation
- Contracting Office
- 00017 - US BUREAU OF RECLAMATION P O BOX 620 - CODE 7810 GRAND COULEE WA 99133
- ZIP Code
- 99133
- Solicitation Number
- R10PS17125
- Response Due
- 11/10/2009
- Archive Date
- 10/20/2010
- Point of Contact
- Pam Marrs - Fax 509-633-9175 Purchasing Agent 5096339512 pmarrs@pn.usbr.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATIONSoftwareGrand Coulee, Washington Solicitation R10PS17125[Issued as Request for Quotation (RFQ)] U S Bureau of ReclamationGrand Coulee Power OfficeP O Box 620 - Code 7810Grand Coulee WA 99133 For questions please contact Pamala K Marrs, Purchasing Agent, 509-633-9512 or send a fax to 509-633-9175. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FEDERAL ACQUISITION REGULATION (FAR) Subpart 12.6, as supplemented with additional information. This announcement constitutes the only solicitation; bids are being requested with literature to be included on the product and a written solicitation will not be issued. The solicitation number is R10PS17125 and is issued as a Request for Quotation (RFQ). This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36. This acquisition is open for Full and Open competition. The applicable North American Industry Classification System (NAICS) Code is 443120 the size standard is $9.0 million. Quotes are due on November 10, 2009, 4:00 PM, PST at the address above. The Government anticipates an award of a firm-fixed price purchase order resulting from this RFQ on or about November 13, 2009. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the Bureau of Reclamation, Grand Coulee Power Office. To take advantage of business opportunities with Bureau of Reclamation (BOR) and Department of the Interior (DOI) you must register your firm with Central Contractor Registration (CCR) at www.ccr.gov. This equipment will be purchased in accordance with FAR Part 13, Subpart 13.5-"Test Program for Certain Commercial Items." Simplified Acquisitions Procedures apply. The Bureau of Reclamation has a requirement for the following software programs: CLIN 0001 - GE FANUC - iFix 5.0 SCADA with Redundancy option, or equal - 2 each; CLIN 0002 - GE FANUC iFix 5.0 SCADA Unlimited Development, or equal - 2 each; CLIN 0003 - GE FANUC iFix 5.0 View Client, or equal - 6 each; CLIN 0004 - GE FANUC Proficy Historian, 10,000 tags, or equal - 2 each; CLIN 0005 - GE FANUC Proficy Historian Redundant, or equal - 2 each; CLIN 0006 - GE FANUC iPower Run-Time, or equal - 6 each; CLIN 0007 - Microsoft MS Windows Server 2003 Standard Edition, or equal - 8 each; CLIN 0008 - Microsoft MS Windows Server 2003 Web Edition, or equal - 4 each; CLIN 0009 - Microsoft MS Visual Studio 2008, or equal - 1 each; CLIN 0010 - ICCP - SISCO AX-S4 ICCP Run-Time, or equal - 2 each; CLIN 0011 - Soft PLC - TopDoc NextGen 4.x for Linux with USB key, Part No. SoftPLC TDLX-FN, or equal - 2 each; CLIN 0012 - SoftPLC Studio Development Software, Part No. SoftPLC SSD-15X, or equal - 2 each; CLIN 0013 - Oracle Server Standard Edition, or equal - 1 each; CLIN 0014 - RSLinx 2.x, Rockwell Software, or equal - 2 each. The product will be delivered FOB Destination to Warehouse B - Door 6 - Industrial Area, Grand Coulee, Washington 99133. One or more of the items under this acquisition is subject to Free Trade Agreements. Following are the applicable provisions and contract clauses incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009)(must be registered at http://orca.bpn.gov); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sept 2009), paragraph b is tailored to incorporate the following clauses: 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities an Remedies (Aug 2009); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans,Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sept 2006); 52.225-1, Buy American Act-Supplies (Feb 2009); 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act (Sept 2009); 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), FAR clauses are available in full text at http://www.arnet.gov/far. The following are additional clauses that are applicable to this synopsis in full text: FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Apr 2008) (a) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS number or "DUNS+4" that identifies the offeror's name and address exactly as stated in the offer. The DUNS number is a nine-digit number assigned by Dun and Bradstreet, Inc. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see Subpart 32.11) for the same concern. (b) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) Via the Internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). FAR 52.211-6 Brand Name, or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive date or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Quality, Delivery Time, and Price. Quality and Delivery Time, when combined, are of greater importance than price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.225-2 Buy American Certificate (Jun 2008) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. The terms "component," "domestic end product," " end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act--Supplies." (b) Foreign End Products:LINE ITEM NO COUNTRY OF ORIGIN______________ _______________________________ _______________________________ _________________[List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. FAR 52.211-9 Desired & Required Time Of Delivery - (JUN 97) (a) The Government desires delivery to be made according to the following schedule: November 30, 2009. If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offeror's proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government's required delivery schedule as follows: Offers that propose delivery of a quantity under such terms or conditions that delivery will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. If the offeror proposes no other delivery schedule, the desired delivery schedule above will apply. (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed or otherwise furnished to the successful offeror results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day the award is dated. Therefore, the offeror shall compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected. FAR 52.247-34 F.O.B. Destination. (Nov 1991) (a) The term "f.o.b. destination," as used in this clause, means- (1) Free of expense to the Government, on board the carrier's conveyance, at a specified delivery point where the consignee's facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and (2) Supplies shall be delivered to the destination consignee's wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or "constructive placement" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including "piggyback") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for "heavy or bulky freight." When supplies meeting the requirements of the referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee. (b) The Contractor shall- (1)(i) Pack and mark the shipment to comply with contract specifications; or (ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements; (2) Prepare and distribute commercial bills of lading; (3) Deliver the shipment in good order and condition to the point of delivery specified in the contract; (4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; (5) Furnish a delivery schedule and designate the mode of delivering carrier; and (6) Pay and bear all charges to the specified point of delivery.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BR/BR/R10PS17125/listing.html)
- Record
- SN01988136-W 20091022/091020234618-2d8fdea4408541ed0f7d04a1110be8af (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 |