SOLICITATION NOTICE
D -- D - Software Renewal for NRO, DOT
- Notice Date
- 7/7/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- BIA NAVAJO 00009301 WEST HILL ROOM 346Contracting OfficeGallupNM87301US
- ZIP Code
- 00000
- Solicitation Number
- A14PS00682
- Response Due
- 7/8/2014
- Archive Date
- 8/7/2014
- Point of Contact
- MARY JANE JOHNSON
- Small Business Set-Aside
- Total Small Business
- Description
- The Bureau of Indian Affairs (BIA) is soliciting offers to procure for Subscription Renewal for software program services for the DOI, BIA, NRO, Department of Transportation, in Gallup, NM. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. A14PS00682, herein cited is issued as a Request for Quote (RFQ) and will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73. This acquisition is for a Native American Owned Business and Small Business Set-Aside under the Buy Indian Act (25 U.S.C). The NAICS Code is 511210, Size standards $35.5. Scope of Work: Contractor shall provide all labor, equipment, materials, and incidentals required to Navajo Region, Division of Transportation for the following item: 1. DLT Part number: 9701-8803NRG3, Autodesk Infrastructure Design Suite Premium 2015 Government Subscription and Advanced Support Renewal as follows: POC: Harold Riley, (505) 863-8284 Contract will be set up for a Base year with 4 option years will be set up for this software: Base Year: Renewal/maintenance DLT, include all applicable taxes POP: July 21, 2014 to July 20, 2015 = $_____________ Option 1 Year: Renewal/maintenance DLT, include all applicable taxes POP: July 21, 2015 to July 20, 2016 = $_____________ Option 2 Year: Renewal/maintenance DLT, include all applicable taxes POP: April 16, 2016 to July 20, 2017 = $_____________ Option 3 Year: Renewal/maintenance DLT, include all applicable taxes POP: July 21, 2017 to July 20, 2018 = $_____________ Option 4 Year: Renewal/maintenance DLT, include all applicable taxes POP: July 21, 2018 to July 20, 2019 = $_____________ Total: $__________________ CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-1 Buy American Act-Supplies; and ; FAR 52.232-18, Availability of Funds; FAR 52.232-19, Availability of Funds for the Next Fiscal Year; FAR 52.216-02, Economic Price Adjustment-Standard Supplies; FAR 52.217-6, Option for Increased Quantity; Far 52.217-7, Option for Increased Quantity-Separately Priced Lint Items; Far 52.217-8, Option to Extend Services; and FAR 52.217-9, Option to Extend the Term of the Contract; DIAR clauses are herein incorporated as follows:. 1452.226-70, Indian Preference; 1452.226-71, Indian Preference Program; 1452.280-4, Indian Economic Enterprise Representation; and 1452.204-70, 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION). The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.arnet.gov/far or may be requested from the Contracting Officer. Award will be made at a fair and reasonable price to the lowest responsive and responsible offeror whose quote conforming to the requirements herein will be the most advantageous to the Government. Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and CertificationsCommercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. The RFQ is due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Mary Jane Johnson, P. O. Box 1060, Gallup, New Mexico 87305 by close of business, July 8, 2014, 1:30 PM (Local Time, Gallup, N.M.) Physical address: 301 W. Hill Ave., Room. 346, Gallup, NM 87301. Quotes submitted by facsimile at (505) 863-8382 or by email at maryjane.johnson@bia.gov will be accepted. Any further questions regarding this announcement may be directed to Mary Jane Johnson, Contract Specialist, by fax at (505) 863-8382. All contractors submitting quotes must be registered in the SAM.gov, in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.SAM.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A14PS00682/listing.html)
- Record
- SN03416426-W 20140709/140708021810-cbbf31f653fb9b1e0ee366e19f79b491 (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 |