SOLICITATION NOTICE
70 -- Nuance Software Licenses
- Notice Date
- 7/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- N61340 NAVAL AIR WARFARE CENTER TRAINING SYSTEMS DIVISION 12350 Research Parkway Orlando, FL
- ZIP Code
- 00000
- Solicitation Number
- N6134012T0047
- Response Due
- 8/6/2012
- Archive Date
- 8/21/2012
- Point of Contact
- Ebone Neal 407-380-4409
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This solicitation, reference number N61340-12-T-0047 incorporates the provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-59.The associated NAICS code for this requirement is 511210 with a business size of $25M. Attached to this combined synopsis/solicitation are the Government ™s detailed technical requirements for this procurement. The CLIN structure of this acquisition will be as follows: CLIN 0001: QuantityItem 12Nuance Recognizer v9.x “ Tier 4 “ English, Windows, Per Port License 12Nuance Real Speak Telecom TTS v4.5.x “ English, Windows 12Nuance Management Station v4.0.x “ WIN, Per Site License 1Nuance License Manager v11.x.x “ WIN, Per Site License 1Nuance Speech Server (MRCP) v5.1.x “ WIN, Per Site License Nuance Annual Maintenance and Support - Premium 12 Month Period (12 stations) All of the Nuance items (Recognizer, Real Speak, etc.) should be purchased and delivered at one time by one provider. This is Brand name specific requirement. In accordance with FAR 52.211-6, Brand Name or Equal. Market research was conducted and it was found that this software is proprietary to Nuance and is not available from any other source. Quotes shall include best delivery terms. Delivery shall be made FOB destination to: Garrett Cox NAWCTSD 12350 Research Parkway Orlando, FL 32826 Evaluation Criteria: The Government will award a purchase order resulting from this RFQ to the responsible offeror whose offer conforming to this notice will be the most advantageous, representing the best value to the Government. A firm fixed price purchase order will be awarded. If quotes are received, the Government will award on a lowest price technically acceptable basis to the offeror meeting the specifications of this RFQ. Best value is expected to result from the selection of the technically acceptable quote with the lowest evaluated price. The failure of an offeror to provide information sufficient to determine conformance with the solicitation may result in the offeror being ineligible for award. This proposal evaluation and award is a streamlined evaluation and award conducted pursuant to FAR 12.602 and FAR 13.106-2. Under these FAR provisions, the government is not required to use formal source selection procedures of FAR subpart 15.3. Accordingly, this contract evaluation and award is not being conducted using formal source selection procedures of FAR subpart 15.3. The following FAR/DFARS provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items FEB 2012 52.212-3 Offeror Representations and Certifications ”Commercial Items APR 2012 252.212-7000 Offeror Representations and Certifications-Commercial Items JUN 2005 52.225-2 Buy American Act Certificate FEB 2009 52.204-7 Central Contractor Registration FEB 2012 52.212-4 Contract Terms and Conditions ”Commercial Items FEB 2012 52.229-3 Federal, State and Local Taxes APR 2003 252.204-7006 Billing Instructions OCT 2005 252.232-7010 Levies on Contract Payments DEC 2006 52.212-5 Contract Terms and Conditions Required to implement statutes or executive orders-commercial items (MAY 2012) Within 52.212-5, the following clauses apply: 52.203-6 Restrictions of Subcontractor Sales To The Government (SEP 2006) ALT 1 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor ”Cooperation with Authorities and Remedies MAR 2012 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action for Workers with disabilities OCT 2010 52.222-37 Employment Reports On Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans SEP 2010 52.222-50 Combating Trafficking in Persons FEB 2009 52.225-1 Buy American Act-Supplies FEB 2009 52.225-3 Buy American Act-Free Trade Agreement MAY 2012 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law For Breach of Contract Claim OCT 2004 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items (MAY 2012) Within 252.212-7001: 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payment Program MAY 2012 252.232-7003 Electronic Submission of Payment Requests MAR 2008 52.211-6 Brand Name or Equal (AUG 1999) (a) If an item in this solicitation is identified as œbrand 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 œequal products must meet are specified in the solicitation. (b) To be considered for award, offers of œequal products, including œequal 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 data 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 œequal 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 œequal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) Invoices for this procurement shall be submitted electronically through Wide Area Work Flow. (WAWF) The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the internet at http://farsite.hill.af.mil. Vendors must be registered in the Central Contractor registration (CCR), http://www.ccr.gov/. Vendors shall provide Representation and Certifications. If vendors are registered in Online Representation and Certifications Applications (ORCA), vendors shall submit supplemental information not provided in ORCA. Quotations may be emailed to Eboné Neal at Ebone.Neal@navy.mil on or before 06 August 2012 2:00 pm EST. Vendors submitting their proposal via email are cautioned that files over 10MB and.zip files may be 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. For information or questions regarding this RFQ, contact Eboné Neal at (407)380-4409 or Ebone.Neal@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134012T0047/listing.html)
- Record
- SN02802707-W 20120715/120713235440-ef21d011021b1de5027d96edfacc0c2b (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 |