Federal Bid

Last Updated on 02 May 2013 at 9 AM
Combined Synopsis/Solicitation
Washington

UNIFY Accell/SQL Software

Solicitation ID SP4705-13-Q-1907
Posted Date 12 Apr 2013 at 7 PM
Archive Date 02 May 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Contracting Services Office
Agency Department Of Defense
Location Washington United states
 

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. This is issued as a Request for Quote (RFQ) SP705-13-Q-1907. This notice incorporates provisions and clauses in effect through FAC Circular 2005-66 effective February 28, 2013. This acquisition is being conducted in accordance with FAR Parts 12, 13 and 15. Solicitation is unrestricted. The NAICS code for this acquisition is 541519, Other Computer Related Services. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management (SAM) website http://www/sam.gov.  The Defense Logistics Agency (DLA) Contracting Office- Fort Belvoir, VA has a requirement for Unify Accell/SQL Software Maintenance for DLA, DLIS, Battle Creek, MI, period of performance shall be from date of award through Sep 30, 2013.

Line Items Description and Quantity:

 0001

MAINTENANCE

MNT

Maint: A/SQL Run(uhilhpsy) SN: 165566

25

 

 

 

 

 

 

 

 

0002

MAINTENANCE

MNT

Maint: A/SQL Run(uhilhr44) SN: 165552

50

 

 

 

 

 

 

 

 

0003

MAINTENANCE

MNT

Maint: A/SQL Run(uhilhr45) SN: 165556

40

 

 

 

 

 

 

 

 

0004

MAINTENANCE

MNT

Maint: A/SQL Run(uhilhr46) SN: 165557

40

 

 

 

 

 

 

 

 

0005

MAINTENANCE

MNT

Maint: A/SQL Run(uhilhr47) SN: 165559

65

 

 

 

 

 

 

 

 

0006

MAINTENANCE

MNT

Maint: A/SQL Run(uhilhr48) SN: 165558

40

 

 

 

 

 

 

 

 

0007

MAINTENANCE

MNT

Maint: A/SQL Run(uhilhr49) SN: 165554

50

 

 

 

 

 

 

 

 

0008

MAINTENANCE

MNT

Maint: A/SQL Run(uhilhr50) SN: 165553

35

 

 

 

 

 

 

 

 

0009

MAINTENANCE

MNT

Maint: A/SQL Run(uhilhr51) SN: 165555

55

 

 

 

 

 

 

 

 

0010

MAINTENANCE

MNT

Maint: A/SQL Run(uhilhr55) SN: 165562

15

 

 

 

 

 

 

 

 

0011

MAINTENANCE

MNT

Maint: A/SQL Run(uhilhr61) SN: 165561

45

 

 

 

 

 

 

 

 

0012

MAINTENANCE

MNT

Maint: A/SQL Run(uhilhr62) SN: 174548

25

 

 

 

 

 

 

 

 

0013

MAINTENANCE

MNT

Maint: A/SQL Run(uhilhr63) SN: 165560

35

 

 

 

 

 

 

 

 

0014

MAINTENANCE

MNT

Maint: A/SQL Run(uhilhr64) SN: 165567

45

 

 

 

 

 

 

 

 

0015

MAINTENANCE

MNT

Maint: A/SQL Run(uhilhr65) SN: 165573

25

 

 

 

 

 

 

 

 

0016

MAINTENANCE

MNT

Maint: A/SQL Run(uhilhr66) SN: 165574

15

 

 

 

 

 

 

 

 

0017

MAINTENANCE

MNT

Maint: A/SQL Run(uhilhr67) SN: 165563

40

 

 

 

 

 

 

 

 

0018

BEEPER

OTH

Emergency Beeper Support - PRORATED

1

 

 

 

 

 

0019

MAINTENANCE

MNT

Maint: A/SQL Dev (uhilhr52) SN: 165575

15

 

 

 

 

 

 

 

 

0020

MAINTENANCE

MNT

Maint: A/SQL Dev (uhilhr56) SN: 165549

10

 

 In accordance with FAR 6.302(1) (c) Brand name item peculiar to one manufacturer.  The DRMS Automated Information System (DAISY) was developed using UNIFY's Accell/SQL and requires a  separate license on the server for each concurrent user acessing the system.  Each test and development server (uhilhr 52 and uhilhr56) requies development license for each concurrent user accessing the system.  Suppor and maintenance must be renewed to ensure that the software can beupgraded and that assistance is received with any problems that may be encountered.  Emergency beeper support ensure that support can be reached on a 24X7 basis in the event of a system outage Only a reseller of UNIFY products is able to provided the maintenance required by DRMS.

T
he provision at 52.212-1, Instruction to Offerors Commercial, applies to this acquisition. The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50, Combating Trafficking in Persons, 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration.  Under 52.212-2, the evaluation procedures to be used are lowest overall responsive and responsible price for the parts. Lowest Price quote that passes the technical requirement under 52.212-2 will receive award.  Please provide a completed copy of provision at 52.212-3. See the provision at http://www.arnet.gov/far.

The FAR clause at 52.212-4, contract terms and conditions-Commercial Items, applies to this acquisition. Also, FAR clause 52.212-5 applies with checkmarks under this clause for the following - 52.219-6, 219-8, 222-3, 222-19, 222-21, 222-26, 222-36, 222-50, 225-13, 232-33. with other other FAR/DFARS clauses that apply: 52.204-7, 252.232-7010, 252.212-7001 with check marks for 252.225-7036, 252.232-7003, 252.247-7023 and 252.225-7000, 252.225-7001.

52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)

(a) 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 following factors shall be used to evaluate offers:

The contract is being offer on a brand name basis only UNIFY.  The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor.  The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis.
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):  http://farsite.hill.af.mil

(End of clause)

To be awarded this contract, the offeror must be registered in SAM. SAM information may be found at http://www.sam.gov. Offerors are encouraged to obtain further information on SAM and ORCA registrations at the following two websites: http://www.sam.gov and http://orca.bpn.gov/.

The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xvi) RESPONSES ARE DUE WEDNESDAY, April 17, 2013 by 03:00 p.m Eastern Daylight Time.  Offers received after this date and time will not be considered for award.  Submit quotation by email to - ATTN:  [email protected] (DCSO-H), Defense Logistics Agency, 8725 John J. Kingman Road, Room 1145, Fort Belvoir, VA  22060.  Electronic Mail may be used to submit quotations provided there is a scanned electronic signature. However, electronic mail is submitted at the contractor's own risk as large pdf. files may not be transmittable. Contact Constance House at [email protected], if any technical questions.  Fax responses will be accepted at 703-767-1172.  The solicitation is distributed solely through Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available.  All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site.  Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition.  

If you have any questions or concerns regarding this solicitation, please contact Constance House at email: [email protected].

 

 

 

 

                                            

Bid Protests Not Available