Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2011 FBO #3589
SOLICITATION NOTICE

D -- NetIQ AppManager and NetIQ Security Manager Services - Addendum

Notice Date
9/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
11-233-SOL-00912
 
Archive Date
10/11/2011
 
Point of Contact
Patrick D. Purtill, Phone: 3014433535
 
E-Mail Address
patrick.purtill@psc.hhs.gov
(patrick.purtill@psc.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Addendum to RFQ 11-233-SOL-00912 (Statement of Work, other contract terms and conditions, and applicable Health and Humna Services (HHSAR) Acqusition Clauses) COMBINED SYNOPSIS/SOLICITATION Contracting Office Address: The U.S. Department of Health and Human Services Program Support Center/SAS/DAM 5600 Fishers Lane Parklawn Building, Room 5C-18 Rockville, MD 20857 This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) Part 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. The solicitation is issued as a Request for Quote (RFQ), number 11-233-SOL-00912. The Government anticipates an award of a firm fixed price contract. This requirement is 100% set-aside for Small Businesses. The applicable NAICS code is 511210. The applicable size standard is $25M. The contract award is anticipated to occur no later than September 29, 2011. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The clauses and provisions referenced in this solicitation may be obtained in full text form at https://www.acquisition.gov/far. See the attached Addendum for the Statement of Work, other contract terms and conditions, and applicable Health and Human Services (HHSAR) Acquisition Clauses. The following provisions and clauses apply to this acquisition: 1) 52.212-1 Instructions to Offerors-Commercial Items including addendum for proposal submission and content; 2) 52.212-3 Offeror Representations and Certifications -- Commercial Items. Note: Offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov; 3) 52.212-4 Contract Terms and Conditions-Commercial Items; 4) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders. Within 52.212-5, the following clauses apply to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.204-7 Central Contractor Registration is incorporated by reference. Addendum to 52.212-1 Instructions to Offerors -Commercial Items I. Proposal Submission Requirements: A. Proposals shall also include the following information: 1. RFQ number. 2. Time specified for receipt of proposals. 3. Name, address, and telephone number of offeror. 4. A completed copy of the representations and certifications at FAR 52.212-3. 5. Prospective contractors must be registered in the Central Contractor Registration database. Information regarding CCR requirements may be obtained at www.ccr.gov. 6. The Offeror agrees to hold the prices in its proposal firm for 30 calendar days from the date specified for receipt of proposals, unless another time period is specified in an addendum to the solicitation. 7. Any proposal, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt shall not be considered. B. Proposals shall be submitted via electronic transmission and must be received no later than 3:00 PM Eastern Time on Monday, September 26, 2011 to the attention of: Patrick D. Purtill Contract Specialist Program Support Center/SAS Via electronic transmission to Patrick.Purtill@psc.hhs.gov Proposals that fail to furnish the required information and representations, or those who reject the terms and conditions of the solicitation may be excluded from consideration. II. Proposal Content: A. General 1. The RFQ does not commit the Government to pay for any cost for preparation and submission of a offer. In addition, the Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds in connection with this proposed acquisition. 2. All proposals shall consist of (a) a statement that the Offeror is capable of completing the tasks in the attached addendum, (b) a statement that all tasks in the attached addendum will be completed by a NetIQ Certified Professional, and (c) a firm fixed price quote for completing all of the tasks in the attached addendum. III. Evaluation Criteria: A. Proposal Evaluation The proposal evaluation will be based on the lowest price technically acceptable proposal. The Government will confirm that services will be provided by a NetIQ certified professional in determining technical acceptability. B. Basis of Award An award will be made to the responsible offeror whose proposal is technically acceptable and the lowest price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/11-233-SOL-00912/listing.html)
 
Record
SN02584759-W 20110922/110921000124-2d9372ef6b1be3ef371203fdbc16f0ff (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.