SOLICITATION NOTICE
70 -- Denodo Platform Multi-Server License Maintenance and Support - Product Description
- Notice Date
- 7/2/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
- ZIP Code
- 35898-5090
- Solicitation Number
- W9124P-18-R-3246
- Archive Date
- 10/30/2018
- Point of Contact
- Terry L. Johnson, Phone: 2568422309
- E-Mail Address
-
terry.l.johnson116.civ@mail.mil
(terry.l.johnson116.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Denodo Platform J&A Product Description for Denodo Platform Multi-Server License Maintenance and Support This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 solicitation document W9124P-18-R-3246 is a Request for Quotations (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-95, Effective 31 May 2018 (updated with Class Deviation 2018-00007). This is a Firm Fixed Price type contract. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210, with a $38.5M size standard. The associated Federal Supply Code (FSC)/Product Service Code (PSC) is 7030. This will be awarded as a Firm Fixed Price contract. This requirement is for maintenance and support of Denodo Virtualization Platform Software Version: 6.0 as required for Logistics Support Activity (LOGSA). See the attached Purchase Description for the requirement specifications. This is a Brand Name Only Requirement. See the attached redacted J&A. Award will be made to the lowest price, technically acceptable, responsive, responsible offeror. Vendors submitting a response to any RFQ that includes a requirement for supplies and/or services that have incurred, or that may incur laps in maintenance support, shall include as part of its response any applicable reinstatement fee(s). Vendor are required to be actively registered in SAMS AT: www.sams.gov/. Therefore clauses 52.204-13 System for Award Management Maintenance and is incorporated by reference in this solicitation Quotes are due by 12:00 p.m. (CST) on 10 July 2018 and shall be emailed directly to: terry.l.johnson116.civ@mail.mil. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the dated specified for receipt of offers. Any questions regarding this acquisition should be directed to the Contract Specialist, Terry Johnson at: terry.l.johnson116.civ@mail.mil. No phone calls please.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fdbd51795cf6a6e44a38719a2dcea087)
- Place of Performance
- Address: USAMC LOGSA, AMXLS-CT, Building 3305, Redstone Arsenal, Alabama, 35898, United States
- Zip Code: 35898
- Zip Code: 35898
- Record
- SN04977114-W 20180704/180702231039-fdbd51795cf6a6e44a38719a2dcea087 (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 |