Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2014 FBO #4613
MODIFICATION

70 -- HP TRIM Software Maintenance

Notice Date
7/10/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
550 12th Street SW, Washington, DC 20202
 
ZIP Code
20202
 
Solicitation Number
HPTRIMSoftwareMaintenance
 
Response Due
6/13/2014
 
Archive Date
12/10/2014
 
Point of Contact
Name: Chontelle Borden, Title: Contract Specialist, Phone: 2022456193, Fax:
 
E-Mail Address
chontelle.borden@ed.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: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.The solicitation number is HPTRIMSoftwareMaintenance and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-74. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 with a small business size standard of $25.50M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-06-13 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Washington, DC 20202 The Department of Education requires the following items, Exact Match Only, to the following: LI 001: T9627BAE24X7 HP Rec Mgr Pkg 1 NmdUsr SW E-LTU HP Support and Updates 24x7, 50, EA; LI 002: T9628BAE24X7 HP Rec Mgr Pkg 5 NmdUsr SW E-LTU HP Support and Updates 24x7, 90, EA; LI 003: T9629BAE24X7 HP Rec Mgr Pkg 10 NmdUsr SW E-LTU HP Support and Updates 24x7, 50, EA; LI 004: T9630BAE24X7 HP Rec Mgr Pkg 50 NmdUsr SW E-LTU HP Support and Updates 24x7, 11, EA; LI 005: T9639AAE24X7 HP Rec Mgr Rendering 1 NmdUsr SW E-LTU HP Support and Updates 24x7 Hewlett Packard, 50, EA; LI 006: T9640AAE24X7 HP Rec Mgr Rendering 5 NmdUsr SW E-LTU HP Support and Updates 24x7, 90, EA; LI 007: T9641AAE24X7 HP Rec Mgr Rendering 10 NmdUsr SW E-LTU HP Support and Updates 24x7, 50, EA; LI 008: T9642AAE24X7 HP Rec Mgr Rendering 50 NmdUsr SW E-LTU HP Support and Updates 24x7, 11, EA; LI 009: HP221AS HP SW Premier Response Pool TRIM-1 Supp Hewlett Packard, 1, EA; LI 010: HP224AS HP SW Premier Response Pool TRIM-4 Support, 1, EA; LI 011: HL870A1 QJX SW Premier IM Response Pool, 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of Education intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of Education is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award,pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 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, paragraph (a)52.222-50 Alternate I, 52.203-13; and the following clauses in paragraph (b): 5.203-13, 52.204-10, 52.209-6, 52.209-9, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-13, 52.232-33, 52.239-1. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. This is a firm fixed price contract, as defined under Subpart(s) 12.207(a) and 16.202 of the Federal Acquisition Regulation. (a) The contract number shall be placed on or adjacent to all exterior mailing or shipping labels of deliverable items called for by the contract. (b) Ship deliverable items to: U.S. Department of Education Office PCP-9139 550 12th St.SW Washington, D.C. 20202 (c) Mark deliverables for: Andrew Culko Inspection and Acceptance. Pursuant to FAR 46.403(a)(6), final inspection and acceptance of all contracted items shall be at destination by an authorized Government representative. The period of performance shall be from July 1, 2014 to June 30, 2015, inclusive of all specified deliveries and/or task work. (a) The Contracting Officer`s Representative (COR) is responsible for the technical aspects of the project, technical liaison with the contractor, and any other responsibilities that are specified in the contract. These responsibilities include inspecting all deliverables, including reports, and recommending acceptance or rejection to the contracting officer. (b) The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes that affect the contract price, terms, or conditions. Any contractor requests for changes shall be submitted in writing directly to the contracting officer or through the COR. No such changes shall be made without the written authorization of the contracting officer. (c) The COR`s name and contact information: Andrew Culko Telephone: (202) 245-7175 E-mail: andrew.culko@ed.gov (d) The COR may be changed by the Government at any time, but notification of the change, including the name and address of the successor COR, will be provided to the contractor by the contracting officer in writing. The contractor shall submit invoices electronically by means of the web-based system, Invoice Processing Platform (IPP) that can be accessed at: http://www.ipp.gov/. All submitted invoices must be accompanied by supporting documentation in accordance with the contract's terms and conditions. The supporting documentation shall be submitted in the following formats: Adobe Acrobat (pdf), Microsoft Word (doc), Pictures (jpeg), Microsoft Excel (excel), and Microsoft Outlook message (msg). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (FAR) and http://farsite.hill.af.mil/vfedera.htm (EDAR) (a) Any system hardware, software, firmware, or networked component (voice, video, or data) developed, procured, or acquired in support or performance of this contract shall be capable of transmitting, receiving, processing, forwarding, and storing digital information across system boundaries utilizing system packets that are formatted in accordance with commercial standards of Internet protocol (IP) version 6 (IPv6) as set forth in Internet Engineering Task Force (IETF) Request for Comments (RFC) 2460 and associated IPv6-related IETF RFC standards. In addition, this system shall maintain interoperability with IPv4 systems and provide at least the same level of performance and reliability capabilities of IPv4 products. (b) Specifically, any new IP product or system developed, acquired, or produced must-- (1) Interoperate with both IPv6 and IPv4 systems and products; and (2) Have available contractor/vendor IPv6 technical support for development and implementation and fielded product management. (c) Any exceptions to the use of IPv6 require the agency`s CIO to give advance, written approval. (a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. (Reference 52.212-4) (Reference 3452.202-1) (Reference 3452.209-71) (Reference 3452.224-70) (Reference 3452.227-71) (Reference 3452.227-73) (Reference 3452.242-71) (Reference 3452.242-73)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/OCFO/CPO/HPTRIMSoftwareMaintenance/listing.html)
 
Place of Performance
Address: Washington, DC 20202
Zip Code: 20202
 
Record
SN03421007-W 20140712/140710235417-e50d43737ff083cfa20e5856c03a8ae2 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.