Serendipity Blackmagic Software Maintenance

expired opportunity(Expired)
From: Federal Government(Federal)
SP7000-22-Q-1065

Basic Details

started - 18 Aug, 2022 (20 months ago)

Start Date

18 Aug, 2022 (20 months ago)
due - 25 Aug, 2022 (20 months ago)

Due Date

25 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
SP7000-22-Q-1065

Identifier

SP7000-22-Q-1065
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708681)DEFENSE LOGISTICS AGENCY (DLA) (282552)DCSO (1521)DCSO HARRISBURG (540)DCSO-P NEW CUMBERLAND (540)

Attachments (5)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) number SP7000-22-Q-1065. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2022-06 effective 26 April 2022, and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20211130 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5, and PROCLTR 2022-09. This acquisition is not set-aside for small business. The associated North American Industrial Classification System (NAICS) code is 811212.DCSO-P New Cumberland has a
requirement for ongoing service maintenance of existing equipment, HP 40” Page Wide XL8000 and Serendipity Blackmagic software, in Ramstein, Germany. Please see Attachment 1 for Performance Work Statement Delivery within 30 days ARO Service Address: DLA Document Services - Ramstein Germany Unit 3102 Building 404 APO AE 09094Period of Performance: 10/01/2022- 09/30/2025Base Period: 10/01/2022 – 09/30/2023Option Period 1: 10/01/2023– 09/30/2024 Option Period 2: 10/01/2024 – 09/30/2025 Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. All invoicing under this contract will be accomplished via Wide Area Workflow (WAWF). OFFER SUBMISSION INSTRUCTIONS – Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include:(1)    Company name, address, telephone number, and e-mail address.(2)    Solicitation number(3)    Contractor DUNS Number and Commercial and Government Entity (CAGE) Code(4)    Unit Price and extended price for CLIN(5)    Technical information (as stated below under Evaluation Criteria)(6)    Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation)2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at https://www.sam.gov/SAM/. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award.Evaluation Criteria and Basis for Award FAR 13.106-2 Evaluation of Quotations or Offers – The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed priced contract to the lowest price, technically acceptable contractor whose quote represents the lowest price. Therefore, to be considered for award, contractors are required to submit descriptive product literature/technical information, which clearly indicates the product offered meets the Government minimum requirements. This information will be used to determine technical acceptability. Technical information will be evaluated for acceptability (only) on a pass/fail basis and will not be rated. Any contractor who has submitted technically acceptable product information will then have its quote evaluated for price. All questions and inquiries should be addressed via email to the Contracting POC,   Candace.Maffett@dla.mil– Request for Quotation Number SP7000-22-Q-1065.  Offerors responding to this announcement must submit their quotation via email to  Candace.Maffett@dla.mil. All quotes must be received by August 25, 2022 at 3:00 PM Eastern to be considered for award.  Attachment 1- Performance Work Statement Attachment 2 – CLIN StructureAmendment 0001 - posted 08/11/2022.Amendment 0002 - posted 08/18/2022.

5404 J AVE BLDG 404  NEW CUMBERLAND , PA 17070-5059  USALocation

Place Of Performance : 5404 J AVE BLDG 404 NEW CUMBERLAND , PA 17070-5059 USA

Country : United StatesState : Pennsylvania

You may also like

VANGUARD SOFTWARE MAINTENANCE

Due: 30 Sep, 2024 (in 5 months)Agency: USDA, DEPARTMENTAL ADMINISTRATION

ORTHOVIEW SOFTWARE AND LICENSE + MAINTENANCE

Due: 10 Dec, 2024 (in 7 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

SOFTWARE LICENSE MAINTENANCE

Due: 07 Jun, 2024 (in 1 month)Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

Classification

naicsCode 811212
pscCode J074Maintenance, Repair and Rebuilding of Equipment: Office Machines, Text Processing Systems and Visible Record Equipment