SOLICITATION NOTICE
70 -- Tricerat Screwdriver - Software Maintenance Renewal (S15-0280)
- Notice Date
- 7/8/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W91WPT-5124-0319
- Response Due
- 7/15/2015
- Archive Date
- 9/6/2015
- Point of Contact
- Preston Brent, 2568951112
- E-Mail Address
-
USACE HNC, Huntsville
(preston.a.brent@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is 100% set-aside for Small Businesses. The solicitation number is W91WPT-5124-0319 and this solicitation is issued as a Request for Quote (RFQ). The solicitation document incorporates provisions and clauses through Federal Acquisition Circular 2005-74. The small business standard for the associated NAICS code is 511210 with a size standard of $38,500,000.00. The United States Army Corps of Engineers - Information Technology (USACE) (ACE-IT) requires the purchase of software maintenance and support for Tricerat Screwdriver software which is engineered to handle complex remote printing requests within remote corporate Windows application delivery environments such as virtualized desktops, Remote Desktop, Terminal Services, and USACE's Citrix XenApp P2 and Records Management System (RMS) platforms. Software maintenance will be for a Base Year plus two 12-month Options. Please see attached Statement of Work and Evaluation Criteria Place of performance is ERDC Vicksburg, MS. The following FAR clauses and provisions incorporated by reference apply to this combined synopsis/solicitation: 52.204-7 System For Award Management; 52.204-13 System For Award Management Maintenance; 52.204-19 Incorporation By Reference Of Representation And Certifications; 52.212-1 Instructions to Offerors - Commercial Items; 52.219-4 Notice Of Price Evaluation Preference For HUBZone Small Business Concerns; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-50 Combating Trafficking In Persons; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving; 52.225-13 Restrictions On Certain Foreign Purchases; 52.225-25 Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification; 52.232-33 Payment by Electronic Funds Transfer -- System for Award Management; 52.233-3 Protest after Award; 52.233-4 Applicable Law For Breach Of Contract Claim; 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials; 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights; 252.203-7005 Representation Relating To Compensation Of Former DoD Officials; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information; 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation 2012-O0004); 252.225-7001 Buy American And Balance Of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies On Contract Payments; 252.247-7023 Transportation Of Supplies By Sea The following FAR clauses and provisions incorporated by full text apply to this combined synopsis/solicitation (see attachment): 52.212-2 Evaluation -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items (Alt I); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Deviation); 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Re-representation; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.252-5 Authorized Deviations In Provisions; 52.252-6 Authorized Deviations In Clauses; 252.204-7011 Alternative Line-Item Structure; 252.211-7003 Item Identification And Valuation Offerors must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications -- Commercial Items (Alt I), with their offer. Only one award will be made under FAR Part 12 procedures. The awarded contract will be of a Firm Fixed Price Single Award type. The contract will be awarded on a Lowest Price Technically Acceptable (LPTA) basis, considering past performance. The Government intends to award without discussions; however, reserves the right to hold discussions, if necessary. Therefore, offerors should provide their best possible quote from a technical and pricing standpoint. Quotes are due on 15 July 2015 at 3:30 p.m. Central Standard Time. Send quotes via email to preston.a.brent@usace.army.mil Phone 256-895-1112
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W91WPT-5124-0319/listing.html)
- Place of Performance
- Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Zip Code: 35807-4301
- Record
- SN03789429-W 20150710/150708235257-e379c15607cde3c064b42ad8889994f3 (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 |