Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2016 FBO #5188
SOLICITATION NOTICE

70 -- OpenText Software Renewals FY16 - Supporting Documents

Notice Date
2/4/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
RML-RFQ-C-1771060
 
Archive Date
3/4/2016
 
Point of Contact
Tamara K. McDermott, Phone: 406-375-7487
 
E-Mail Address
tamara.mcdermott@nih.gov
(tamara.mcdermott@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
HHSAR & FAR Provisions and Clauses GPAT Template Section 508 Sole Source Justification - Brand Name Bill of Materials (BOM) Description: I. OVERVIEW: This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. Submit offers on RML-RFQ-C-1771060. This solicitation is a request for quotes (RFQ).The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-86 effective February 1, 2016. The associated North American Industry Classification System (NAICS) code for this procurement is 511210 Software Publishers with a small business size standard of $38.5M. This acquisition will be processed under Simplified Acquisition Procedures, FAR Subpart 13.5 - Simplified Procedures for Certain Commercial Items, and is not a total small business set aside. It is anticipated that one firm fixed price contract will be awarded. II. STATEMENT OF NEED: The National Institute of Allergy and Infectious Diseases (NIAID) seeks, on a brand name only basis, to continue to license Open Text's Content Server and related software. Content Server is the software primarily used by NIAID's Electronic Document and Records Management System (EDRMS) program to manage the Institute's high-value electronic documents and business process automation solutions. All interested companies shall provide quotation(s) for the products listed in the attached Bill of Materials (BOM). Competition is restricted to offerors that are an authorized Open Text reseller to provide the requested brand name products. A brand name justification is attached. III. PERIOD OF PERFORMANCE: March 1, 2016 - February 28, 2017. IV. DELIVERY: FOB Point shall be Destination, Rockville, MD. Place of Performance is NIH/NIAID, 5601 Fishers Lane, Rockville, MD 20852. V. INSTRUCTIONS: All interested vendors shall provide a quote for the requirement as outlined in the Bill of Materials (BOM). The Government may evaluate only those quotes that fully meet the requirements as outlined in the BOM and respond to the instructions and requirements below. Failure to furnish a full and complete quote as instructed may result in the Offeror's response being considered non-responsive and will therefore be eliminated from further consideration and award. Quote must be submitted via email to the Contract Specialist, Tamara McDermott, at tamara.mcdermott@nih.gov on or before February 18, 2016 3:00 pm EST. All or part of the successful offeror's quote may be incorporated in any contract resulting from this solicitation. The successful offeror's quote may be incorporated by reference. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) https://www.sam.gov/portal/public/SAM/ (Previously CCR at www.ccr.gov) prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. [Note: Lack of registration in the SAM will make an offeror ineligible for award]. VI. SECTION 508: Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the following program need: "Application/Operating System Software." Technical standards from 36 CFR part 1194 Subpart B have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those technical provisions identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Functional performance criteria from 36 CFR part 1194 Subpart C have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those functional performance criteria identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply to this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for Electronic and Information Technology (EIT) deliverables meet at least those information, documentation, and support requirements identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). VII. EVALUATION: NIAID will evaluate all quotes to determine the best value to the government. NIAID will make a Best Value Determination based on the capability of each offeror's quote to meet the brand name technical specifications, past performance, providing the proposed products/service in a timely manner, and reasonable price. Technical specifications include: the BOM specifications, and warranty. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical and past performance non-price factors are considered equal and are more important than price. In the event quotes are evaluated as technically equal in quality, price or cost will become a major consideration in selecting the successful Offeror. VIII. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest. IX. PROVISIONS, CLAUSES & OTHER Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. The following Federal Acquisition Regulations (FAR) provisions and clauses are incorporated by reference and full text versions may be accessed electronically at: https://www.acquisition.gov/far/. FAR 52.212-1 Instruction to Offerors - Commercial Items (Oct 2015) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (May 2015) FAR 52.227-19 Commercial Computer Software License (Dec 2007) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) The following additional Health and Human Services Acquisition Regulations (HHSAR) provisions and clauses are applicable to this requirement: HHSAR 352.203-70 Anti-Lobbying (December 18, 2015) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.239-73 Electronic and Information Technology Accessibility Notice (December 18, 2015) Copies of the above-referenced clauses are available from http://www.hhs.gov/policies/hhsar/ or upon request, either by telephone or fax. The following additional HHSAR and FAR provisions and clauses are applicable to this requirement and provided in full text as an attachment: HHSAR 352.239-74 Electronic and Information Technology Accessibility (December 18, 2015) FAR 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Feb 2015 and DEVIATION 2015-02) FAR 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Feb 2015 and DEVIATION 2015-02) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2016)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RML-RFQ-C-1771060/listing.html)
 
Place of Performance
Address: National Institutes of Health, National Institute of Allergy & Infectious Diseases, 5601 Fishers Lane, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN04009980-W 20160206/160204234856-fca2c6ad9dfad0ab1f4502c8e9083a9f (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.