SOLICITATION NOTICE
D -- NetBackup Platform Base complete Edition 7.5 software license and support.
- Notice Date
- 6/27/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018912Q2254
- Response Due
- 7/9/2012
- Archive Date
- 8/9/2012
- Point of Contact
- Nicholas Milillo 215-697-0321
- E-Mail Address
-
nicholas.milillo@navy.mil
(nicholas.milillo@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR Part 13 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-12-Q-2254. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-58 and DFARS Change Notice 20120615. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 541519 and the Small Business Standard is $25.5M. The proposed contract action is for a brand name only. The brand name and model number of the product(s) are: CLIN 0001 - F7IHXZF0-ZZZGS “ Netbackup Platform Base complete Edition 7.5 XPLAT 1 Frot End TB STD License Government Band S, 0002 - F7IHXZZ0-EI1GS “ Essential Support on F7IHXZF0-ZZZGS, 1001 - F7IHXZZ0-EI1GS “ Essential Support on F7IHXZF0-ZZZGS (Option I), and 2001 - F7IHXZZ0-EI1GS “ Essential Support on F7IHXZF0-ZZZGS (Option II). The quantity for each CLIN is two (2). Period of performance is to be one year from date of award, and two, one-year option periods. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items The Government intends to award to the quoter who provides the lowest price, technically acceptable. Offerors must be registered in the CCR and in Wide Area Work Flow prior to solicitation closing. This announcement will close at 12:00PM EDT on 9 July 2012. Email responses will be accepted but we cannot be responsible for information that is not received due to mechanical or other difficulties. Contact Nicholas Milillo who can be reached at 215-697-0321 or email nicholas.milillo@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018912Q2254/listing.html)
- Record
- SN02788412-W 20120629/120628000215-25f79273f40b5956fb4d8f64b03e7d31 (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 |