SOLICITATION NOTICE
70 -- RAD Studio Support and Maintenance
- Notice Date
- 12/16/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Solicitation Number
- DOL-16OCIOCIONAT-0060
- Archive Date
- 1/5/2016
- Point of Contact
- Rico A. Marquez, Phone: 2026937965
- E-Mail Address
-
marquez.rico.a@dol.gov
(marquez.rico.a@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION (I) This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. (II) This solicitation document is issued as a request for proposal (RFP). Submit written proposals for RFP number DOL-16OCIOCIONAT-0060. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85. (IV) This acquisition is set aside 100% for small businesses. The associated NAICS code is 541519. The small business size standard is $27.5 Million. (V) This combined solicitation/synopsis is for purchase of the following commercial services: Base POP: 01/01/2016 - 12/31/2016 0001. RAD Studio Enterprise Named, Support & Maintenance software Subscription, 50 EA Option Year 1 POP: 01/01/2017 - 12/31/2017 1001. RAD Studio Enterprise Named, Support & Maintenance software Subscription, 50 EA Delivery shall be no later than 30 days from date of award. Base: 01/01/2016 - 12/31/2016 Option Year: 01/01/2017 - 12/31/2017 (VI) Description of requirements is as follows: A. Background Information To acquire a renewed annual maintenance and support agreement for fifty-three RAD Studio software licenses currently deployed in OCIO's network. Continuous maintenance and support of OCIO's deployed RAD Studio software licenses are required in support of OCIO's business needs B. Technical Objectives OCIO requires that the supplier provide an annual Enterprise Named User maintenance and support agreement for a 12 month base period of performance and one 12 month option term. The supplier should be authorized the software publisher/manufacturer, Embarcadero Technologies, to provide annual maintenance and support for RAD Studio Enterprise Named user software licenses. SERVICES TO BE PERFORMED A. The supplier shall provide and maintenance and support agreement for OCIO's deployed RAD Studio software licenses as described in the table below: Description Part Number Quantity RAD Studio Enterprise Named, Support & Maintenance software subscription BDE000MRNNWB0 50 licenses B. Commercial terms and conditions of support as prescribed by the manufacturer, Embarcadero/CodeGear as outlined below: • Unlimited incidents for the covered Embarcadero Product(s) • Access to support for up to five Authorized Contacts • Access to all product updates and upgrades released during the term of the agreement • Product updates and upgrades delivered by electronic transfer or on CD-ROM • Phone access to the Embarcadero Support Center during regional business hours • Access to the Embarcadero online knowledgebase • Online support incident submittal and tracking; full access to Embarcadero Support Online • Highest priority for submitted support incidents • Critical failure support, whereby a patch may be provided to the customer for critical situations where a deployed system is inoperable • Defined response time goals, linked to the support incident severity Delivery: The vendor will verify the complete order, excluding back ordered items, for accuracy before delivering in a single bulk shipment to: U.S. Department of Labor 200 Constitution Ave., NW Room: TBD Washington, DC 20210 (VII) Date(s) and place(s) of delivery and acceptance and FOB point: N/A (VIII) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (OCT 2015), applies to this acquisition. (IX) The provision at FAR 52.212-2, Evaluation - Commercial Items (OCT 2014), applies to this acquisition. The following evaluation criteria shall be used to evaluate offers: (1) Technical (2) Past Performance (3) Price The lowest price technically acceptable source selection process is applicable to this acquisition. Technical proposals are being evaluated based on personnel qualification and/or educational requirements of proposed personnel. To be technically acceptable offeror must meet qualification(s) in section VI. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (NOV 2015), with its proposal. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders- Commercial Items (DEC 2015) applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509)). 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (OCT 2015)(38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (OCT 2015) (38 U.S.C. 4212). 52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-16, Acquisition of EPEAT®- Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). The following additional FAR clauses are applicable to this acquisition: 52.202-1 DEFINITIONS (NOV 2013) 52.203-5 COVENANT AGAINST CONTINGENT FEES (MAY 2014) 52.203-7 ANTI-KICKBACK PROCEDURES (MAY 2014) 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS (OCT 2015) 52.232-1 PAYMENTS (APR 1984) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (DEC 2015) (XIII) Additional contract requirements: N/A (XIV) Defense Priorities and Allocations System (DPAS): N/A (XV) Offers are due no later than 12:00 P.M. ET on December 21, 2015. All offers must be e-mailed to the attention of Rico Marquez, Email: Marquez.Rico.A@dol.gov. (XVI) Any questions regarding this solicitation should be directed to Rico Marquez, Email: Marquez.Rico.A@dol.gov and Lesa L. Austin, Email: Austin.Lesa.L@dol.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL-16OCIOCIONAT-0060/listing.html)
- Place of Performance
- Address: 200 Constitution Ave NW, Washington, District of Columbia, 20210, United States
- Zip Code: 20210
- Zip Code: 20210
- Record
- SN03971642-W 20151218/151216234925-727800dac511ede6662d8fe63a9218ac (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 |