SOLICITATION NOTICE
70 -- CMS400.net Pro w/eSync Software License Renewal
- Notice Date
- 6/23/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 381 Elden Street, Herndon, VA 20170
- ZIP Code
- 20170
- Solicitation Number
- 062211
- Response Due
- 6/29/2011
- Archive Date
- 12/26/2011
- Point of Contact
- Name: Teresa Manovich, Title: Purchasing Agent, Phone: 703-787-1104, Fax: 703-787-1041
- E-Mail Address
-
teresa.manovich@boemre.gov;
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 062211 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-52. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112 with a small business size standard of 1,000.00 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-06-29 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Herndon, VA 20170 The Bureau of Ocean Energy Management, Regulation and Enforcement requires the following items, Exact Match Only, to the following: LI 001, EKTRON Websupport Renewal CMS400.Net PL and.GOV See Attached Document for specific requirements, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Bureau of Ocean Energy Management, Regulation and Enforcement intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Bureau of Ocean Energy Management, Regulation and Enforcement is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. August 1, 2011 through July 31, 2012 The Atrium Building, BOEMRE Headquarters, 381 Elden Street, Herndon, Virginia 20170; 3rd floor, Federal Acquisition Regulation (FAR) 4.12 requires offerors to submit representations and certifications electronically. Prospective contractors are required to complete, in conjunction with the Central Contractor Registration database, electronic annual representations and certifications via Business Partners Network at: https://orca.bpn.gov/. Vendors should also keep in mind that ORCA-completed representations and certifications are considered part of the vendors bid or offer anytime ORCA-completed representations and certifications are used. Any one-time changes to these representations and certifications would also be considered to be part of the bid or offer. Your Proposal MUST include your Tax Identification Number (TIN) and your Dun & Broadsheet Data Universal Numbering System (DUNS) Number. DIAPR 2011-04 (REV`1) ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS INTERNET PAYMENT PLATFORM (IPP), (APR 2011) Beginning May 1, 2011, payment requests for all new awards must be submitted electronically thought the U.S. Department of the Treasurys Internet Payment Platform System (IP). Payment term for existing contracts and orders awarded prior to May 1 remain the same. The Contractor must use IPP for contracts and orders awarded May 1 and later, and must use the non-IPP invoicing process for those contracts and orders awarded prior to May 1. Payment request means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https://www.ipp.gov. The Contractor must use the IPP website to enroll access and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973~3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. Invoices shall be submitted no more than once monthly in accordance with DIAPR 2011-04 (REV`1)listed above under section INVOICING - INVOICING REQUIREMENTS The Contracting Officer is the only individual who can legally commit or obligate the Government to the expenditure of public funds. No price chargeable to the proposed order can be incurred before receipt of a fully executed order or specific authorization from the Contracting Officer. a) In the event the Contractor anticipates difficulty in meeting performance requirements, or when it anticipates difficulty in complying with any requirements, or whenever the Contractor has knowledge that any actual or potential situation is delaying or threatens to delay the timely performance of this effort, the Contractor shall immediately notify in writing the CO and COR, giving pertinent details, provided this data shall be informational only in character and that this provision shall not be construed as a waiver by the BOEMRE of any requirements, or date or any rights or remedies provided by law under this task order. b) If the Contractor fails to respond in a timely manner to any requirements of the task orders, delay will be attributed to the Contractor. Although the period of performance may change due to the delay, the price may also be subject to a downward adjustment only. c) If BOEMRE delays performance of a task order, the period of performance and or price may be revised upon mutual agreement between the BOEMRE and the Contractor. The following Government Holidays are normally observed by Government personnel: New Years Day, Martin Luther Kings Birthday, Mardi Gras (New Orleans area only), Presidential Inauguration Day (metropolitan DC area only), Washingtons Birthday, Memorial Day, Independence Day, Labor Day Columbus Day, Veterans Day, Thanksgiving Day, Christmas, and any other day designated by Federal Statute, Executive Order, and/or Presidential Proclamation, Acts of God (i.e. hurricanes, snow storm, tornadoes, etc.), Presidential funerals, or any other unexpected Government closures may be observed. (a)The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b)The Contracting Officer will designate a Contracting Officers Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractors performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. The COR for this effort will be Erick Mork 381 Elden Street, Herndon, Virginia Email: Erick.Mork@beomre.gov (c)The COR is not authorized to perform, formally or informally, any of the following actions:(1)Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract;(2)Waive or agree to modification of the delivery schedule;(3)Make any final decision on any contract matter subject to the Disputes Clause;(4)Terminate, for any reason, the Contractors right to proceed;(5)Obligate in any way, the payment of money by the Government. (d)The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the CORs appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officers response issued under paragraph (e) of this clause. (e)The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g)Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractors risk. a) A Firm Fixed Price (FFP) Purchase will be awarded under this effort. b) The Contractor shall warrant that prices set forth in the delivery order are as favorable as those extended to any Government Agency, Company, Organization, or individual purchasing or handling of like services covered by the delivery order/award that are under similar conditions. The price(s) charged to the BOEMRE for such services will be an amount not greater than the current commercial list price. In the event that prior to completing order the Contractor offers any of such similar services to any customer at prices lower than those set forth herein, the Contractor shall notify the BOEMRE and provides the prices of such accordingly. c) The Contractor is encouraged to, and the BOEMRE may request, further price reductions in accordance with commercial practices, market forces, etc. The Contractor can voluntarily reduce prices at any time by giving notice to the CO. The pricing offered by the Contractor under the purchase order shall not increase over the term of the order. The Contractor shall submit the proposed pricing for the purchase order in a way that is clearly identified in the bid. 52.217-8 Option to Extend Services (NOV 1999)As prescribed in 17.208(f), insert the following clause: The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Section 508 of the Rehabilitation Act of 1973 (found at 29 U.S.C. 794d) requires access to and use of information by individuals with disabilities. A deliverable such as digital reports (ex: PDF files) to be placed on the web (either on the Agencys web server or the companys), video footage, or other digital data such as CD-ROMs to be distributed, are subject to Section 508 guidelines. PDF files need to be formatted so that they are readable by assistive technology devices such as screen readers. Video footage must be closed captioned. CD-ROMs which contain HTML, PDF, or word processor files must be assessable.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/MMS/PO/062211/listing.html)
- Place of Performance
- Address: Herndon, VA 20170
- Zip Code: 20170-4817
- Zip Code: 20170-4817
- Record
- SN02481014-W 20110625/110623235520-0aa80cd3a40d9ecb2071c66a86220849 (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 |