SOLICITATION NOTICE
70 -- Oracle Premier Support - Service Detaile
- Notice Date
- 4/13/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 - 11th floor /OFA61, 1325 East West Highway, 11th Floor, Silver Spring, Maryland, 20910, United States
- ZIP Code
- 20910
- Solicitation Number
- NEEF4100-13-00517
- Archive Date
- 5/3/2013
- Point of Contact
- Sandra K. Souders, Phone: 391-628-1366
- E-Mail Address
-
Sandra.K.Souders@noaa.gov
(Sandra.K.Souders@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment A Service Details This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. Solicitation Number NEEF4100-13-00517 is issued as a request for quotation. This requirement is set aside for small businesses. The North American Industry Classification System Code (NAICS) is 541519 and the Small Business Size Standard is 150 Employees. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), and the National Environmental Satellite, Data and Information Service (NESDIS) has a requirement to renew Oracle Premier Support for a SPARC T4-1 and SPARC T3-2 servers under Service Contract Number 5469259 per the attached Service Details. This solicitation is posted as a "Brand Name or Equal" requirement. The required Premier Support must provide fault tolerance, performance, security, performance tuning, trouble shooting, fault tolerance/high availability, performance and scalability recommendations and best practices for systems hardware and software which will ensure continued uninterrupted support for the NESDIS mission. The Period of Performance is provided in the attached Service Details. The resulting purchase order shall be awarded on a firm fixed price. The award shall be made to the vendor offering the best value to the Government with the award going to the vendor first meeting all of the requirement specifications and then price. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors - Commercial; FAR 52.212-2, Evaluation - Commercial Items - The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered; FAR 52.212-3, Offeror Representations and Certificates - Commercial Item; 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; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment be Electronic Funds Transfer-Central Contractor Registration; FAR 52.239-1, Privacy or Security Safeguards; FAR 52.222-41, Service Contract Act; and FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. The provisions and Commerce Acquisition Regulations (CAR) clauses may be downloaded at http://www.ecfr.gov. The following provisions and clauses shall apply to this solicitation: CAR 1352.201-70, Contracting Officer's Authority; CAR 1352.209-73, Compliance With The Laws; CAR 1352.207-74, Organization Conflict of Interest. All responsible sources that can meet the requirements and provide the items as outlined above may respond to this solicitation by submitting a proposal addressed to Sandra.K.Souders@noaa.gov, to be received no later than April 18, 2013 at 12:00 pm Eastern Standard time. All responding vendor must complete, sign and return Attachment A with their price quotes. The Government reserves the right to make one award or no award at all as a result of this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NEEF4100-13-00517/listing.html)
- Place of Performance
- Address: Asheville, North Carolina, 28801, United States
- Zip Code: 28801
- Zip Code: 28801
- Record
- SN03036138-W 20130415/130413233038-4956a2913972389f14ed07fdef9cff0b (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 |