SPECIAL NOTICE
99 -- SOFTWARE ANNUAL MAINTENANCE RENEWAL AGREEMENT
- Notice Date
- 2/20/2014
- Notice Type
- Special Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK14T0387
- Archive Date
- 2/20/2015
- Point of Contact
- Sharon Gary, 443-861-4719
- E-Mail Address
-
ACC-APG-TENANT CONTRACTING DIV
(sharon.a.gary.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Army Contracting Command, Tenant Contracting Division, Aberdeen Proving Ground intends to issue a sole source, Firm-Fixed Price contract, under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures to Chemware, Inc. 900 Ridgefield Dr., STE 150, Raleigh, NC 27609-8514. NAICS Code is 511210; Business Size Standard Size is $25M. The following software maintenance will be procured: (1) Software Maintenance Renewal for the ChemWare Horizon Laboratory Information Management System, Qty: 1 (2) Third Party Licensing Fees, Qty: 1 (3) Onsite Project Management Services, Qty: 40 each (4) Remote Project Management Services, Qty: 24 each (5) System Admin Training Onsite, Qty: 24 each (6) Report Writer Training, Qty: 24 each (7) Airfare for trips, Qty: 4 each (8) Per Diem Charges, Qty: 11 each See Attached: Statement of Work Chemware is the sole manufacturing company and authorized service company for required software maintenance agreement. This annual maintenance renewal agreement and required services has proprietary rights and restrictions through the manufacturer. The system manages, tracks and reports the daily analytical activities of the U.S. Army Public Health Command and is designed specifically for all the laboratory sample processing, data repository and management statistic information for the Laboratory Sciences. The Chemware Horizon LIMS is the only source available that can provide the annual maintenance agreement support and service for their own product. No other manufacturer is authorized. There are no solicitation documents; however, contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government's requirement. In addition, the response should include Offeror's Online Representations and Certifications Application (ORCA)--Commercial Items in accordance to FAR 52.212-3. If the offeror does not have a copy of this provision, go to Federal Procurement Data System (SAM)https://www/uscontractorregistration.com to load required information. Any responses received without completing SAM registration will be considered noncompliant. Further, the response should include any special requirements for a commercial contract (i.e., Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12. Responses must be received no later than 10:00 a.m., Eastern Daylight Time, 28 February 2014. Responses should be submitted electronically to sharon.a.gary.civ@mail.mil. This notice of intent is not a request for competitive proposals. However, the Government will consider all responses received by the response date stated above. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. TELEPHONE REQUEST WILL NOT BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9027c852f0d0f355b76f10f81fe5ad7d)
- Record
- SN03292374-W 20140222/140220234622-9027c852f0d0f355b76f10f81fe5ad7d (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 |