SOLICITATION NOTICE
70 -- Informatica Software Upgrades, Licenses and Maintenance Support
- Notice Date
- 9/13/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6883611T0526
- Response Due
- 9/16/2011
- Archive Date
- 10/1/2011
- Point of Contact
- Donna Guarrera 904-542-1163 For Government Technical point of contact:
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N68836-11-T-0526 applies and is a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This procurement is 100% small business set-aside per FAR 52.219-6. This announcement constitutes the request for the required material under RFQ N68836-11-T-0526. This is a Brand name requirement; the Brand Name Justification and Approval will be posted on FedBizOps 14 days after an award is made. The North American Industry Classification System (NAICS) Code is 541519; and the Small Business Size Standard is $25.0 Million. This acquisition will be accomplished under the authority of the test program for commercial items œSection 4202 of the Clinger-Cohen Act of 1996 , as implemented by FAR 13.5. This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information see http://www.section508.gov. ITEM NO SUPPLIES QUANTITY CLIN 0001: Software Upgrades, Licenses and Support for FRCSE-Jacksonville, FL Various (See Attachment 1) CLIN 0002: Software Upgrades, Licenses and Support for FRCE-Cherry Point, NC Various (See Attachment 1) CLIN 0003: Software Upgrades, Licenses and Support for FRCSW-North Island, CA Various (See Attachment 1) DELIVERY: - Delivery time shall be no more than 24 hours after date of award. - Deliveries shall be F.O.B. Destination to the following: FRC-Southeast Building 110, Door 16 NAS Jacksonville Jacksonville, Fl. 32212 -Inspection at destination by Government. Acceptance at destination by Government. INSTRUCTIONS: Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company ™s complete mailing and remittance addresses, 2) the RFQ number, 3) discounts for prompt payment if applicable, 4) cage code/Dun & Bradstreet number/ Taxpayer ID number, 5) Price proposal - Indicate proposed prices beginning with SubCLIN 0001AA, list total price for each SubCLIN on CLIN 0001, CLIN 0002 and CLIN 0003, FOB Destination is required, 6) Technical proposal - Identify proposed supplies to meet specification and provide sufficient technical literature, pictures, diagram, drawing and descriptive literature/documentation in order for the government to make an adequate technical assessment of the product and capabilities of the contractor. State if requested delivery timeframe can be met. 7) Past Performance “ Offerors shall provide past performance information for (3) three current contracts for the same or similar effort required by this solicitation. 8) Offeror shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications ”Commercial Items (May 2011) and 252.212-7000 Offeror Representations and Certifications ”Commercial Items (June 2005). Offerors shall not include cost or pricing information in the Technical and Past Performance File. Offerors shall acknowledge all amendments to the RFQ via email to the Government POC. Offerors shall include reference information as indicated in the œPast Performance Data Sheet (attachment 2) for three of their most current relevant contracts. Current is any contract currently in progress or any contract completed within the last two years. In addition to the information requested above, offerors shall send a "Contractor Performance Evaluation Survey (attachment 3) to each reference listed on the past performance data sheet. This survey shall be filled out by the Offeror ™s references and submitted via fax or email directly to the Contract Specialist at donna.guarrera@navy.mil, fax 904-542-1098 by the closing date and time of this solicitation. All vendors responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/. Note: Offerors submitting their proposal via email are cautioned that files over 10MB and.zip files maybe rejected by the Navy ™s server. To ensure proposals are received by the offer due date and time, vendors may want to consider an additional alternative. OFFER DUE: Proposals must be received no later than 4:00 P.M. EST, 16 Sep 2011. POC: Proposals must be in writing and may be faxed, electronically via e-mail or mailed to: Fleet Logistics Center Jacksonville, attn: Donna Guarrera, 110 Yorktown Ave, Bldg 110, 3rd Floor, NAS Jacksonville, FL 32212. Fax: (904) 542-1098, Telephone: (904) 542-1163, Email: donna.guarrera@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c51c8a3bea9f81da79be46cb2ce49a58)
- Record
- SN02573614-W 20110915/110913235644-c51c8a3bea9f81da79be46cb2ce49a58 (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 |