Combo Synopsis Solicitation for Commercial Items - Oracle Software Licenses and Support

expired opportunity(Expired)
From: Federal Government(Federal)
W911QX23Q0006

Basic Details

started - 08 Dec, 2022 (16 months ago)

Start Date

08 Dec, 2022 (16 months ago)
due - 13 Dec, 2022 (16 months ago)

Due Date

13 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
W911QX23Q0006

Identifier

W911QX23Q0006
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707644)DEPT OF THE ARMY (132919)AMC (72547)ACC (74919)ACC-CTRS (32857)ACC-APG (10701)W6QK ACC-APG ADELPHI (1850)

Attachments (6)

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.

COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS1. Class Code: 7A2. NAICS Code: 5132103. Subject: Oracle Software Licenses and Support4. Solicitation Number: W911QX-23-Q-00065. Set-Aside Code: N/A6. Response Date: 12/13/20227. Place of Delivery/Performance: U.S. Army Research LaboratoryAberdeen Proving GroundDirector, ARL328 Hopkins RoadAberdeen Proving Ground, MD 21005-50688. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) The solicitation number is W911QX-23-Q-0006. This acquisition is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08. (iv) The associated NAICS code is 513210. The
small business size standard is $41.5 million. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):CLIN 0001: Ten (10) Oracle Advanced Security – Processor Perpetual (Oracle Part Number A90622)CLIN 0002: Ten (10) Oracle Advanced Security – Processor Support – One (1) Year Subscription (Oracle Part Number A90622S) CLIN 0003: Ten (10) Oracle Database Enterprise Edition – Processor Perpetual (Oracle Part Number A90611)CLIN 0004: Ten (10) Oracle Database Enterprise Edition – Processor Support – One (1) Year Subscription (Oracle Part Number A90611S)CLIN 0005: Six (6) Oracle Label Security – Processor Perpetual (Oracle Part Number A90623)CLIN 0006: Six (6) Oracle Label Security – Processor Support – One (1) Year Subscription (Oracle Part Number A90623S) (vi) Description of requirements: N/A (vii) Delivery is required by thirty (30) days After Contract Award (ACA). Delivery shall be made to U.S. Army Research Laboratory, Aberdeen Proving Ground, Director, ARL, 328 Hopkins Road, Aberdeen Proving Ground, MD 21005-5068. Acceptance shall be performed at U.S. Army Research Laboratory, Aberdeen Proving Ground, Director, ARL, 328 Hopkins Road, Aberdeen Proving Ground, MD 21005-5068. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria(Lowest Price Technically Acceptable)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. Technical Acceptability:The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past Performance:Past performance will be evaluated on an acceptable/unacceptable rating basis. An “Acceptable” rating is defined as the Government having reasonable confidence that the offeror can complete all requirements under the contract and meet stated delivery dates. An “Unacceptable” rating is defined as the Government having minimal confidence that the offeror can complete all requirements under the contract and meet stated delivery dates. The ratings will be based upon past performance information the Government obtains. Only offerors rated “Acceptable” will be eligible for award. Award will be made to the lowest price technically acceptable offer out of all offers rated “Acceptable” on Past Performance.Price:Price will be evaluated based on the total proposed price, includingoptions, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR:52.203-3, GRATUITIES (APR 1984)52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUN 2020)52.203-6 Alternate I, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUN 2020)52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018)52.209-6, PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021)52.219-4, NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (SEP 2021)52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS (OCT 2018)52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021)52.222-3, CONVICT LABOR (JUN 2003)52.222-19 DEVIATION 2020-O0019, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) (DEVIATION 2020-O0019)52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015)52.222-26, EQUAL OPPORTUNITY (SEP 2016)52.222-35, EQUAL OPPORTUNITY FOR VETERANS (OCT 2015)52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)52.222-37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016)52.222-40, NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010)52.222-50, COMBATING TRAFFICKING IN PERSONS (NOV 2021)52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT 2018)52.232-36, PAYMENT BY THIRD PARTY (MAY 2014)52.239-1, PRIVACY OR SECURITY SAFEGUARDS (AUG 1996)DFARS:252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016)252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019)252.204-7017, PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019)252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2021)252.213-7000, NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM—STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (MAR 2018)252.215-7007, NOTICE OF INTENT TO RESOLICIT (JUN 2012)252.215-7008, ONLY ONE OFFER (JUL 2019)252.215-7010, REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA—BASIC (JUL 2019)252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013)252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2017)252.225-7012, PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2017)252.225-7052, RESTRICTION ON THE ACQUISITION OF CERTAIN MAGNETS AND TUNGSTEN (OCT 2020) (DEVIATION 2020-O0005)252.225-7974 DEVIATION 2020-O0005, REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020)252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006)252.243-7002, REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012)252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013)252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)The following additional contract requirement(s) or terms and conditions apply:FAR: 52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018)52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)52.204-19 INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)52.204-20 PREDECESSOR OF OFFEROR (AUG 2020)52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (NOV 2021)52.212-2, EVALUATION - COMMERCIAL ITEMS (NOV 2021)52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 2021)52.212-3 ALT I, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JAN 2021) ALT I (OCT 2014)52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (NOV 2021)52.213-2, INVOICES (APR 1984)52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021)52.247-34 F.O.B. DESTINATION (NOV 1991)DFARS: 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013)252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016)252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)252.232-7017 ACCELERATING PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS—PROHIBITION ON FEES AND CONSIDERATION (APR 2020)252.243-7001 PRICING OF CONTRACT MODIFICATIONS (DEC 1991) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): ACC - APG POINT OF CONTACTTECHNICAL POINT OF CONTACTTYPE OF CONTRACTDISTRIBUTION STATEMENT AGOV INSPECTION AND ACCEPTANCEPAYMENT OFFICE (BANKCARD)TAX EXEMPTION CERT. (ARL)RECEIVING ROOM – APGEXCEPTIONS IN PROPOSALAWARD OF CONTRACTADELPHI CONTR. DIVISION URLFOREIGN NATIONALS PERFORMINGPAYMENT TERMS52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE52.252-2 CLAUSES INCORPORATED BY REFERENCE252.211-7003, ITEM IDENTIFICATION AND VALUATION (MAR 2016)252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT52.204-25, PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT52.204-26, COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES- REPRESENTATION (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A (xv) The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. See attached Section 508 Contract Language and Section 508 ICT Requirements Report. (xvi) Offers are due on 12/13/2022 by 3:00pm Eastern Time, at benjamin.l.krein.civ@army.mil (xvii) For information regarding this solicitation, please contact Benjamin Krein, at benjamin.l.krein.civ@army.mil

Location

Place Of Performance : N/A

Country : United StatesState : MarylandCity : Aberdeen Proving Ground

You may also like

TOAD FOR ORACLE LICENSES AND MAINTENANCE SUPPORT

Due: 27 Sep, 2025 (in 17 months)Agency: NATIONAL INSTITUTES OF HEALTH

TABLEAU SOFTWARE LICENSE-OE ITEM

Due: 15 Jul, 2024 (in 2 months)Agency: AGENCY FOR INTERNATIONAL DEVELOPMENT

Please Sign In to see more like these.

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

Classification