SOLICITATION NOTICE
R -- Microsoft Premier Support - Brand Name Justification - Solicitation Attachments
- Notice Date
- 9/12/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Housing and Urban Development, OCPO, Office of Policy and Systems, Office of Policy and Systems, NS, 451 7th Street S.W, Washington, District of Columbia, 20410, United States
- ZIP Code
- 20410
- Solicitation Number
- 86612719Q00004
- Archive Date
- 10/4/2019
- Point of Contact
- Robert Coyle, Phone: 2024021458, Ergene Lee, Phone: 2024023105
- E-Mail Address
-
Rcoyle@hudoig.gov, elee@hudoig.gov
(Rcoyle@hudoig.gov, elee@hudoig.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Requirements Document Terms and Conditions Redacted Brand Name Justification This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The Housing and Urban Development Office of Inspector General (HUDOIG) has a Sole Source Requirement for Microsoft Premier Support Services at is Washington DC Headquarters location (451 7th Street SW), in accordance with the requirements document (Attachment #1). This is a sole source action under the Simplified Acquisition Threshold (SAT) in accordance with FAR 13.106-3. The intended Contractor(s) are authorized, certified providers of Microsoft Premier Support Services. A Justification to conduct a Brand Name solicitation is as attached (Attachment #3), and constitutes posting of the Justification of Other Than Full and Open Competition. This solicitation is issued as a Request for Quote (RFQ), and the incorporated provisions and clauses are those in effect through FAC Number/Effective Date: 2019-06 Effective 09-10-2019. The NAICS code is 541511; the size standard is $27,500,000.00. A list of required items and services, as well as delivery dates, delivery location, and related is contained the attached requirements document. Applicable Provisions and Clauses, including 52.212-1, are included in Attachment 2, Terms and Conditions. The resultant contact type shall be Firm Fixed Price. Basis for Award The contractor's written response shall demonstrate the contractor's experience, understanding, and approach in providing the services requested in the requirements document. In addition to the written response, the contractor shall provide a pricing document with a total price, broken down by item. Past Performance shall be reviewed in order to ensure minimal risk(s) and establish high confidence in the contractor's potential capabilities. The Government reserves the right to review the offeror's Past Performance record in the Past Performance Information Retrieval System (PPIRS) in order to conduct said evaluation, as well as to consult other sources or past customers. This order will be evaluated on a low priced, technically acceptable basis (LPTA). A quote will be found technically acceptable when it clearly and convincingly demonstrates that the contractor understands the requirements and has the technical capabilities to meet it, and when the contractor has no significant issues with their past performance. Reponses shall be submitted via e-mail to the Contracting Officer, Robert Coyle, at Rcoyle@hudoig.gov, with a CC to Elee@hudoig.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HUD/NS/NS/86612719Q00004/listing.html)
- Record
- SN05442429-W 20190914/190912231205-2671e6b226b3afa9afc5ade34700ec01 (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 |