Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2018 FBO #5941
SOLICITATION NOTICE

70 -- 7030-N00000506; ADP Software - PURCHASE DESCRIPTION

Notice Date
2/26/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
 
ZIP Code
23297-5000
 
Solicitation Number
SP470318Q0036
 
Archive Date
9/30/2018
 
Point of Contact
Kenya Allamby, Phone: 804-279-3716
 
E-Mail Address
kenya.allamby@dla.mil
(kenya.allamby@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
PURCHASE DESCRIPTION for DCAA Renewal of SAS maintenance This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation/request for quote (RFQ) number is SP4703-18-Q-0036. This announcement constitutes the only solicitation; a separate solicitation will not be issued. This will be is a firm-fixed price award for one base year and four option years. The base year period of performance will be April 1, 2018 - March 31, 2019. This is notice of the Government's intent to issue on an unrestricted basis utilizing other than full and open competition procedures under 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one responsible source and no other supplies will satisfy agency requirements and incorporates provisions and clauses in effect through Federal Acquisition Circular 48 CFR 12.603. The contractor identified is the only known source that can meet all of the requirements. Description of requirements: DCAA SAS Institute software maintenance, which includes: Base SAS Licensing for 50 Workstations, SAS/AF for one Workstation, SAS/Graph for five Workstations, SAS/FSP for one Workstation, SAS/ACCESS to OLE DB for one Workstation, and SAS/ACCESS to Oracle for one Workstation. This item is sole-source because SAS Institute, Inc. is the sole source provided for the maintenance renewal of the software currently licensed by DCAA under License Agreement Number 01847. DCAA has an existing licensing agreement with SAS. This is not a small business set-aside. The North American Industry Classification System (NAICS) Code is 511210. Pricing for all line items as well as the delivery terms must be submitted with the quote. Award will be made to the lowest-priced technically acceptable (LPTA) offeror whose quotation conforms to all solicitation requirements and is determined to be most advantageous to the Government. Companies doing business with the Federal Government are required to use the System for Award Management (SAM). In order to be eligible to receive an award for this requirement, vendors must have an active SAM registration. The website to register, update, or re-activate an account at SAM is https://www.sam.gov. Acceptable method of quote or inquiries submission is email only. Solicitation issue date is February 27, 2018. Closing date is March 6, 2018, 5:00 PM, EST. All questions and requests for information regarding this RFQ must be received NO LATER THAN close of business two working days prior to the quote due date in order to minimize the need to extend the closing date. Point of contact for this requirement is Mrs. Kenya Allamby at phone (804) 279-3716 and email at kenya.allamby@dla.mil Contracting Office Address: DLA Contracting Services Office Building 15A 8000 Jefferson Davis Highway Richmond, VA 23297-5100 The following clauses are incorporated into this RFQ: 52.204-7 SYSTEM FOR AWARD MANAGEMENT 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST - TIER SUBCONTRACT AWARDS 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING 52.204-17 Ownership or Control of Offeror. 52.204-18 Commercial and Government Entity Code Maintenance. 52.204-22 ALTERNATIVE LINE ITEM PROPOSAL 252.204‐7008 EXPORT CONTROLLED ITEMS (JUN 2013) 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) 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (NOV 2015) 52.212-1 INSTRUCTIONS TO OFFERS - Commercial 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS 52.212-4 CONTRACT TERMS AND CONDITIONS - Commercial Items 2.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDER- Commercial Items 52.215-6 PLACE OF PERFORMANCE (OCT 1997) 52.217-5 EVALUATION OF OPTIONS 52.217-8 OPTION TO EXTEND SERVICES 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (NOV 2016) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19 CHILD LABOR - COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2018) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-18 ENCOURAGING CONTRACTOR TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors. 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2017) 252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013) 52.232-33 ELECTRONIC FUNDS TRANSFER--SYSTEM FOR AWARD MANAGEMENT (JUL 2013) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40 ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-6 Authorized Deviations in Clauses. 252.232-7006 Wide Area WorkFlow Payment Instructions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SP470318Q0036/listing.html)
 
Place of Performance
Address: Defense Contract Audit Agency, 8725 John J. Kingman Road, Ste 2135, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN04835200-W 20180228/180226231602-e9b3d9a75772ff62e13aab94a9a18e6d (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.