Federal Bid

Last Updated on 20 Mar 2012 at 8 AM
Combined Synopsis/Solicitation
Broadway New jersey

LICENSE RENEWAL FOR ENVI LINUX FLOATING NETWORK

Solicitation ID DG-1330-RQ-12-0069
Posted Date 23 Feb 2012 at 8 PM
Archive Date 20 Mar 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Department Of Commerce Noaa
Agency Department Of Commerce
Location Broadway New jersey United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation Part 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. This solicitation is issued as Request for Quotation Reference DG-1330-RQ-12-0069. This solicitation document incorporates the Statement of Work, provisions and clauses. The provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. NAICS number is 541519 with a standard of $56,743.58. The Government intends to award a Firm Fixed Price order.

DESCRIPTION: The Department of Commerce, National Oceanic and Atmospheric Administration, NESDIS Acquisition Division, Simplified Acquisition Team is planning to acquire a maintenance agreement for:

ENVI (no IDL included) Linux Floating Network maintenance and technical support for twelve months from date of award. Includes items listed below.

(Qty 4) Part #21PCUFLMTR, ENVI (no IDL included) Linux Floating Network Maintenance Renewal. Maint. # 18893, Server: Butte.ngdc.noaa.gov. 

(Qty 4) Part #21PCUFLMTR, ENVI (no IDL included) Linux Floating Network Maintenance Renewal. Maint. #8257, Server: ns3.ngdc.noaa.gov

(Qty 1) Part #21WINPUMTR, ENVI (no IDL included) Windows Flexible Single User License Maintenance Renewal. Maint. #98247.

ENVI (no IDL included) Linux Floating Network Maintenance and technical support. (Option Year 1).

ENVI (no IDL included) Linux Floating Network Maintenance and technical support. (Option Year 2).

ENVI (no IDL included) Linux Floating Network Maintenance and technical support. (Option Year 3).

ENVI (no IDL included) Linux Floating Network Maintenance and technical support. (Option Year 4).

The provision at FAR 52.212-1 applies to this acquisition.

FAR 52.212-2;

Evaluation - Commercial Items, applies to this acquisition. Award will be based on best value.
Best value evaluation factors include the following:

1) Technical Approach - the likelihood of meeting the requirements;
2) Past Performance - the relevance and quality of prior performance; and
3) Price - the amount, realism, and consistency of the evaluated price.

The evaluation shall be based on use of the adjectival scheme as follows:

Outstanding (O) - conspicuously striking in eminence;
Good (G) - Beneficial and worthwhile, sound, and valid;
Adequate (A) - Reasonably sufficient and suitable;
Marginal (M) - Minimally suitable at the lower limit.

A fully executed copy of the FAR provision at
52.212-3, Offeror Representations and Certifications-Commercial Items, shall be provided with your quotation.
FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
FAR 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional
FAR Clauses :

52.222-21, Prohibition of Segregated Facilities;
52.222-26, Equal Opportunity,
52.222-36, Affirmative Action for Handicapped Workers,
52.222-20, Combating Trafficking in Persons;
52.225-13, Restrictions on Certain Foreign Purchases,
52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration,
52.222-41 Service Contract Act of 1965, As Amended;
52.222-42, Statement of Equivalent Rates for Federal Hires,
52.217-5, Evaluation of Options,
52.217-8, Option to Extend Services, and
52.217-9, Option to Extend the Term of the Contract.

The FAR provisions and clauses may be downloaded at http://acquisition.gov/far/index.html.

The period of performance is for a base year and three (3) one-year options. All responses must be received by March 5, 2012 12:00pm EST, via email to [email protected]

Reference Solicitation No. DG-1330-RQ-12-0069 (SYW).

 

Bid Protests Not Available

Similar Past Bids

Bethesda Maryland 06 Aug 2003 at 5 AM
Bethesda Maryland 19 Aug 2003 at 5 AM
Location Unknown 05 Jan 2009 at 10 PM
New york New york 25 Aug 2016 at 3 PM
Location Unknown 04 May 2005 at 5 AM

Similar Opportunities

Location Unknown 15 Jul 2025 at 4 AM
Columbus Ohio 15 Jul 2025 at 4 AM
South carolina 31 Dec 2025 at 7 PM
Norfolk Virginia 31 Dec 2025 at 5 AM (estimated)
Norfolk Virginia 31 Dec 2025 at 5 AM (estimated)