Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 01, 2017 FBO #5669
SOLICITATION NOTICE

D -- IBM Software Accelerated Value Program Cloud and Smarter Infrastructure Support

Notice Date
5/30/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
N39430 NAVFAC EXWC, Port Hueneme 1000 23rd AVE Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N3943017Q1954
 
Response Due
6/12/2017
 
Archive Date
6/30/2017
 
Point of Contact
Danielle Ortega 8059823150 Janice Laurenti - 8059822551
 
E-Mail Address
danielle.ortega@navy.mil
(danielle.ortega@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial item(s) 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; quotes are being requested and no other written solicitation will be issued. Reference solicitation N39430-17-D-1954 is issued as a request for quotation (RFQ) and incorporates the provisions and clauses in effect from regulations posted to http://farsite.hill.af.mil inclusive, but not limited to Federal Acquisition Circular 05-95. The solicitation shall be awarded on a COMPETITIVE basis. It is anticipated that this award will be made on a Firm Fixed Price (FFP) contract. The North American Industrial Classification System (NAICS) code for this solicitation is 511210. REQUIREMENT: The NAVFAC Engineering and Expeditionary Warfare Center has a requirement to procure IBM Software Accelerated Value Program “ Cloud and Smarter Infrastructure Support for a period of 12 months. The following CLIN item applies to this procurement: CLIN 0001 “ 1 each - IBM Software Accelerated Value Program- Cloud and Smarter Infrastructure Support to include: (i) Accelerated Value Leader (AVL) “ shared with four (4) additional customers, (ii) Five (5) Site visit days by AVL, (iii) One (1) Emergency on-site Event, (iv) Five (5) Priority Call Handling Support Contacts, and (v) Eligible Services: Maximo Required Delivery Date/Performance Period is 12 months from date of award. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition with the addendum that vendors submitting an offer shall be IBM authorized Resellers. The provision at FAR 52.212-2, Evaluation- Commercial Items applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The basis of award will be lowest price technically acceptable (LPTA) offer based on the following factors: (i) Technical “ Offer is in accordance with the specification outlined in the SOW and the vendor shall be authorized IBM Reseller for the required service. (ii) Price “ completeness and reasonableness 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 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-28, 52.222-3,52.222-19, 52.222-21,52.222-26, 52.222-36, 52.222-50, 52.223-189, 52.224-3, 52.225-13, 52.232-20, 52.232-30, 52.232-33, and 52.239-1, The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The following Federal Acquisition Regulation (FAR) and Department of Defense Federal Acquisition Supplement (DFARS) provisions and clauses also apply to this solicitation: 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation (JAN 2017) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreeements or Statements (JAN 2017) 52.204-7 System for Award Management (OCT 2016 ) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-17 Ownership Or Control Of Offeror (JUL 2016) 52.204-20Predecessor of Offeror (JUL 2016) 52.204-13 System for Award Management Maintenance (OCT 2016) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (JUN 2016) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation (NOV 2015) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (NOV 2015) 52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (FEB 2016) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (OCT 2015) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.234-2 Notice of Earned Value Management System - Preaward Integrated Baseline Review (NOV 2016) 52.239-1 Privacy or Security Safeguards (AUG 1996) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7003 Agency Office of the Inspector General (DEC 2012) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.222-7007 Representation Regarding Combating Trafficking in Persons (JAN 2015) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.239-7009Representation Of Use Of Cloud Computing (SEPT 2015) 252.239-7010 Cloud Computing Services (OCT 2016) 252.243-7001 Pricing Of Contract Modifications (DEC 1991) 252.244-7000 Subcontracts for Commercial Items (JUN 2013) The quotes are due at 2:00pm (California Time) on 12 June 2017 and may be submitted via email to Danielle.Ortega@navy.mil and Janice.Laurenti@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c360bf305b658859ed06856c0fbb2475)
 
Place of Performance
Address: 1100 23rd Ave Bldg 1100, Port Hueneme, CA
Zip Code: 93043
 
Record
SN04525476-W 20170601/170530234445-c360bf305b658859ed06856c0fbb2475 (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.