SOLICITATION NOTICE
70 -- Actuate iHUB Departmental Server Subscription Software Licenses - Brand Name Justification
- Notice Date
- 11/2/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334614
— Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
- Contracting Office
- Equal Employment Opportunity Commission, Office of the Chief Financial Officer, Acquisition Services Division, 131 M Street, NE, 6th Floor, Washington, District of Columbia, 20507, United States
- ZIP Code
- 20507
- Solicitation Number
- EEC45017Q0002
- Archive Date
- 11/22/2016
- Point of Contact
- Gregory A Browne, Phone: (202) 663-4292, Caroline A Fowler, Phone: (202) 663-4219
- E-Mail Address
-
gregory.browne@eeoc.gov, caroline.fowler@eeoc.gov
(gregory.browne@eeoc.gov, caroline.fowler@eeoc.gov)
- Small Business Set-Aside
- N/A
- Description
- Brand Name Justification This is a combined synopsis/solicitation for a Brand Name requirement for commercial items prepared in accordance with the format in Federal Acquisition Regulation Part 12, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The Contracting Officer is utilizing policies and procedures prescribed in Part 12, Acquisition of Commercial Items. Solicitation Number RFQ EEC45017Q0002 is being issued as a Request for Quotation (RFQ), and should be referenced on all correspondence. The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-91, effective on September 30, 2016. This solicitation is considered an unrestricted procurement. DESCRIPTION OF REQUIREMENT: The EEOC, Acquisition Services Division is requesting quotes on a brand name specific basis for the purchase of Actuate iHUB Departmental Server Subscription Software Licenses. The government contemplates the award of a firm-fixed price (FFP) contract. The Brand Name Justification for the above required services is attached. SCHEDULE OF SUPPLIES/SERVICES: The quotation package shall include the following line items in a written quotation: CLIN 0001: Base Period: Actuate iHUB Departmental Server Subscription (PROD) (Quantity: 1 Each) Unit Price $___, Total for CLIN 0001 $____; CLIN 0002: Base Period: Actuate iHUB Departmental Server Subscription (DEV) (Quantity: 1 Each) Unit Price $___, Total for CLIN 0002 $____; CLIN 0003: Base Period: OpenText Protect Program Fee (Quantity: 1 Lot) Unit Price $___, Total for CLIN 0003 $____; CLIN 0004: Option Year 1: Actuate iHUB Departmental Server Subscription (PROD) (Quantity: 1 Each) Unit Price $___, Total for CLIN 0004 $____; CLIN 0005: Option Year 1: Actuate iHUB Departmental Server Subscription (DEV) (Quantity: 1 Each) Unit Price $___, Total for CLIN 0005 $____; CLIN 0006: Option Year 1: OpenText Protect Program Fee (Quantity: 1 Lot) Unit Price $___, Total for CLIN 0006 $____; CLIN 0007: Option Year 2: Actuate iHUB Departmental Server Subscription (PROD) (Quantity: 1 Each) Unit Price $___, Total for CLIN 0007 $____; CLIN 0008: Option Year 2: Actuate iHUB Departmental Server Subscription (DEV) (Quantity: 1 Each) Unit Price $___, Total for CLIN 0008 $____; CLIN 0009: Option Year 2: OpenText Protect Program Fee (Quantity: 1 Lot) Unit Price $___, Total for CLIN 0009 $____; CLIN 0010: Option Year 3: Actuate iHUB Departmental Server Subscription (PROD) (Quantity: 1 Each) Unit Price $___, Total for CLIN 0010 $____; CLIN 0011: Option Year 2: Actuate iHUB Departmental Server Subscription (DEV) (Quantity: 1 Each) Unit Price $___, Total for CLIN 0011 $____; and CLIN 0012: Option Year 2: OpenText Protect Program Fee (Quantity: 1 Lot) Unit Price $___, Total for CLIN 0012 $____. Total Price for CLINs 0001 through 0012: $____. PERIOD OF PERFORMANCE: The period of performance will be from October 1, 2016 through September 30, 2017 with three (3) one-year options. The estimated award date is on or before November 30, 2016. PLACE OF PERFORMANCE: EEOC Headquarters, Washington, D.C. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT: (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days prior to the expiration date of the contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause shall not exceed forty-eight (48) months. A contract will be awarded to the responsible quoter whose quotation represents the best value to the Government. The prospective contractor must be registered in the System for Award Management (SAM) database prior to award of the resulting contract. Registration is free and can be completed on-line at http://www.sam.gov. Each quotation must clearly indicate the capability of the quoter to meet the requirements specified in this combined synopsis/solicitation. SUBMISSION OF QUOTATION: The quoter shall submit their quotation in two volumes. The quoter shall include the following with their quote: Part I: The quoter shall provide a price and description of all CLINs (0001 thru 0012) with the total price. Part II: The name, title, telephone number, fax number and email address of the point of contact. Part III: The nine digit DUNS and Commercial and Government Entity (CAGE) code with their quote. The Equal Employment Opportunity Commission (EEOC) requires all contractors who provide goods/services to the EEOC to be actively registered in the System for Award Management (SAM) located at www.sam.gov to receive contract award or payments. Quotes must be firm-fixed priced and include all quantities listed above on an all or none basis. Your quotation in response to RFQ EEC45017Q0002 is due November 7, 2016 at 2:00 p.m. ET. One (1) electronic copy of the quotation may be submitted via e-mail, addressed to gregory.browne@eeoc.gov, and cc caroline.fowler@eeoc.gov. QUESTIONS: Questions regarding this request for quotation should be submitted to Gregory Browne [Contracting Officer] via e-mail at gregory.browne@eeoc.gov. Telephone inquiries or responses are not acceptable. The deadline for submission of questions regarding RFQ EEC45017Q0002 is November 3, 2016, 11:00 a.m. ET. Any questions received after the above mentioned date and time will not be considered. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity. All responsible sources may submit a quotation which shall be considered by the agency. The anticipated contract award date is on or before November 30, 2016. BASIS OF AWARD: The government intends to award a firm fixed-price contract to the responsible quoter whose quotation is responsive to the solicitation and is determined to be the best value to the Government, using the lowest price technically acceptable (LPTA) evaluation approach. EVALUATION FACTORS FOR AWARD: The evaluation of quotations shall be on a GO or No-Go basis and will occur in two sequential stages: Technical evaluation determines whether quotations are technically acceptable or unacceptable, followed by a price evaluation. GO: To be technically acceptable, all of the technical requirements as specified in this solicitation are met by the quoter. The technical capability factors are as follows: Factor / Standard 1. iHUB Server Subscription Provider: The quoter must provide evidence that the firm is an authorized provider of Actuate iHUB Server Subscription products. 2. Time & Delivery: The quoter must provide a written statement with their quote indicating that they can provide the required subscription from 01 OCT 2016 through 30 SEP 2017 with three (3) one-year options. 3. Experience on Similar Contracts: The quoter must provide evidence that it has successfully performed a minimum of two (2) contracts for the same or similar services within the past two (2) years to include contract type, contract number, contract value, point of contact name and telephone number, and the type of service provided. NO-GO: An unacceptable quote contains one or more deficiencies. The quote fails to meet specified technical requirements of this RFQ, and not all of the technical requirements are met by the quoter. If the quoter is other than the manufacturer, then documentation must be provided showing that the quoter is authorized to resell the Actuate product. Once the quotes have been determined to be technically acceptable, award will be based on lowest price. All responsible sources may submit a quotation which will be considered by the EEOC. Interested quoters are responsible for ensuring that their submitted quote has been received, and is legible. EVALUATION OF OPTIONS: The government will evaluate quotations for award purposes by adding the total price for the option years (CLIN 0004 through CLIN 0012) to the total price for the basic requirement (CLIN 0001 - 0003). Evaluation of the options will not obligate the government to exercise the options. APPLICABLE PROVISIONS AND CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and/or clauses apply to this acquisition: FAR Provisions: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-3 Offeror Representations and Certifications Commercial Items; and, 52.204-7, System for Award Management. The quoter shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial items with their quote. FAR Clauses: FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, 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 are incorporated by reference: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52,222-36, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements, 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System For Award Management are incorporated by reference; 52.233-3, Protest After Award; 52.239-1, Privacy or Security Safeguards; and, 52.233-4, Applicable Law for Breach of Contract Claim; are incorporated by reference. To obtain the above provision and clauses in full text, please visit https://www.acquisition.gov. Method of payment: Electronic Funds Transfer (EFT).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EEOC/OCFOAS/PMD/EEC45017Q0002/listing.html)
- Place of Performance
- Address: EEOC Headquarters, Washington, District of Columbia, 20507, United States
- Zip Code: 20507
- Zip Code: 20507
- Record
- SN04319099-W 20161104/161102234909-1a80a7b311ddad3e43a171d7d4efbe49 (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 |