SOLICITATION NOTICE
70 -- MICRO FOCUS COBOL SERVER LICENSES - BRAND NAME
- Notice Date
- 9/16/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, NAVSUP Weapon Systems Support Mechanicsburg PA, 5450 Carlisle Pike, Mechanicsburg, Pennsylvania, 17050-0788, United States
- ZIP Code
- 17050-0788
- Solicitation Number
- N00104-13-Q-Q663
- Archive Date
- 10/3/2013
- Point of Contact
- Deborah J. Thoman, Phone: 7176053522
- E-Mail Address
-
deborah.thoman@navy.mil
(deborah.thoman@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- BRAND NAME This is a COMBINED SYNOPlSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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 FEDBIZOPPS. The RFQ number is N00104-13-Q-Q663. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-69 and DFARS Change Notice 20130808. 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 Contracting Officer will accept commercial subcontracting plans. Individual subcontracting plans are not required if the offeror submits a commercial subcontracting plan. Subcontracting plans only apply if you are a large business under NAICS Code 511210 submitting a quote. The Small Business Size Standard is $35.5M. This is a competitive, unrestricted action. NAVSUP WSS, Mechanicsburg Office requests responses from qualified sources capable of providing Micro Focus Server COBOL Licenses and Maintenance Support for the stand-up of the Navy's Maritime Systems Environment-Production Project. Items are listed in the following table. In order to participate, the vendor shall be a Micro Focus authorized/certified reseller. Proof of certification shall be provided with the quote submission. Quotes shall be valid for 30 days. Please use this table as a pricing tool for quote submissions. CLIN Description Qty U/P T/P 0001 License for Server for COBOL v 5.1.06 for Sparc running Solaris 9/10/11 32/64 Bit for 16 CPU(s) 4 Cores(s) Totaling 64 Core(s) including 1 year Support and Maintenance Quantity 2 each Total $ Delivery is required within 30 days; Delivery Location is NAVSEA 04FPI, 2510 Walmer Avenue, Suite A, Norfolk, VA 23513; FOB destination applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The proposed contract action is for a brand name only. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. 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. The contract resulting from this solicitation will be a Firm-Fixed Price Contract. This requirement will be negotiated and award will be made on the basis of Low Price Technical Acceptability. Vendors shall be registered in the U.S. Federal government's System for Award Management (SAM). All quotes shall include price(s), FOB point, a point of contact, name and phone number and business size. Offerors are also reminded to include a completed copy of both FAR 52.212-3, Offeror Representations and Certification Commercial Items. A reference to Representations and Certifications being available via System for Award Management (SAM) is preferable. Offerors are also reminded that FAR 52.209-5 - Certification Regarding Responsibility Matters. (Apr 2010) shall be completed. A reference to this being available via System for Award Management (SAM) is preferable. PAPERLESS CONTRACTING All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) related to the instant procurement are considered to be "issued" by the government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. The following FAR clauses are applicable to this procurement: 52.203-3 Gratuities (Apr 1984) 52.204-13 Systems for Award Management Maintenance (Jul 2013) 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 (Jul 2013) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (all applicable clauses will be included in the resultant order) FAR 52.233-2, Service of Protest FAR 52.233-3, Protest after Award FAR 52.209-5, Certification Regarding Responsibility Matters The following DFARS Clauses shall be incorporated into the order. _X___ 252.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). __X__252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181). __X__252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991) (10 U.S.C. 2416). _X_252.211-7003, Item Identification and Valuation (June 2013) _X__252.211-7007- Reporting of Government-Furnished Property (Aug 2012) __X__252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (Sep 2011) ( 15 U.S.C. 637). __X__252.219-7004, Small Business Subcontracting Plan (Test Program) (Jan 2011) (15 U.S.C. 637 note). __X__252.225-7001, Buy American Act and Balance of Payments Program (JUN 2011) (41 U.S.C. chapter 83, E.O. 10582). _____Alternate I (OCT 2011) of 252.225-7001. _____252.225-7008, Restriction on Acquisition of Speciality Metals (Jul 2009) (10 U.S.C. 2533b). _____252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals (JUN 2012) (10 U.S.C. 2533b). ____252.225-7012,Preference for Certain Domestic Commodities (JUN 2012) (10 U.S.C. 2533a). _____252.225-7021, Trade Agreements (JUN 2012) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). _____Alternate I (OCT 2011) of 252.225-7021. _____Alternate II (OCT 2011) of 252.225-7021. _X__252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program (JUN 2012) (41 U.S.C. chapter 83 and 19 U.S.C. 3301 note). _____Alternate I (JUN 2012) of 252.225-7036. _____Alternate II (JUN 2012) of 252.225-7036. _____Alternate III (JUN 2012) of 252.225-7036 _____Alternate IV (JUN 2012) of 252.225-7036 _____Alternate V (JUN 2012) of 252.225-7036 _____252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004) (Section 8021 of Pub. L. 107-248 and similar sections in subsequent DoD appropriations acts). _____252.227-7013, Rights in Technical Data-NonCommercial Items (Feb 2012), if applicable (see 227.7103-6(a)). ____252.227-7015, Technical Data-Commercial Items (Dec 2011)(10 U.S.C. 2320). _____252.227-7037, Validation of Restrictive Markings on Technical Data (JUN 2012) (10 U.S.C. 2321). _X__252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). _X__252.232.7010 Levies on Contract Payments (Dec 2006) _____252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Publ. L. 111-84) __252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). _X__252.244-7000 Subcontracts for Commercial Items (Jun 2013) _X__252.246-7003 Notification of Potential Safety Issues (Jun 2013) The following NAVSUP clauses will be incorporated into the resultant order. NAVSUPWSSHA06 NAVY USE OF ABILITYONE SUPPORT CONTRACTOR/RELEASE OF OFFEROR INFORMATION (MAY 2012) NAVSUP Weapon Systems Support (NAVSUP WSS) may utilize contractor support through the AbilityOne Program, as needed, to perform contract closeout functions for this acquisition. Information, including business sensitive/confidential or proprietary data, that the offeror provides to the Government or information already in the possession of the Government may be viewed and utilized by the AbilityOne Program support contractor personnel during the course of its contract performance. The information that may be made available to the support contractor may include, for example, pricing and technical proposals, historical contract, pricing and performance information, Commercial Asset Visibility (CAV) reporting information and similar data/information. By submission of a proposal in response to this solicitation, the offeror and its subcontractors consent to a release of their business sensitive/confidential or proprietary data to the Government's AbilityOne Program support contractor personnel in order to perform close out services. Prior to the release of any such information to the support contractor, the support contractor will have in place with the Government a Non-Disclosure/Non-Use Agreement in accordance with the terms of the AbilityOne Program support contract. Offerors may execute their own Non-Disclosure Agreement with the AbilityOne Program (see contact information below). The support contractor must provide copies of the executed agreements to the Contracting Officer (PCO) and the Contracting Officer's Representative (COR) for the support contract; and the offeror/contractor for this acquisition must provide copies of the executed Agreement to the PCO for this acquisition. If the offeror/contractor seeks such a Non-Disclosure Agreement with the AbilityOne Program support contractor, the Agreement must be executed no later than the date of final delivery under the resulting NAVSUP WSS contract. Company: AbilityOne Program Name: Karen Burns Telephone Number: 703-310-0462 E-Mail Address: kburns@nib.org This announcement will close at 7:00 PM Eastern on 18 Sep 2013. Contact is Deborah J. Thoman who can be reached at 717-605-3522 or email deborah.thoman@navy.mil. All responsible sources may submit a quote which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N000104/N00104-13-Q-Q663/listing.html)
- Place of Performance
- Address: NAVSEA 04FP, NORFOLK, Virginia, 23513, United States
- Zip Code: 23513
- Zip Code: 23513
- Record
- SN03190024-W 20130918/130917000121-2ea9b7733514e06c5e8a15ecb164cdc7 (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 |