Federal Bid

Last Updated on 26 Nov 2010 at 9 AM
Combined Synopsis/Solicitation
Fort monmouth New jersey

70--Oracle Licensing and Maintenance for U.S. Army's PBUSE Servers

Solicitation ID W15P7T-10-Q-S749
Posted Date 24 Sep 2010 at 2 PM
Archive Date 26 Nov 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Fort monmouth New jersey United states 07703
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.

23 September 2010

SUBJECT: Solicitation No. W15P7T-10-Q-S749 Request for Quotation (RFQ)

This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice, this announcement constitutes the only solicitation quotations are being requested and a separate written solicitation will not be issued. This solicitation, W15P7T-10-Q-S749, is issued as a Request for Quotation (RFQ)

The U.S. Army CECOM Contracting Center, Aberdeen Proving Ground, MD intends to award a sole source, firm-fixed price type contract to Oracle for brand name software license and maintenance for the Armys Property Book Unit Supply Enhanced (PBUSE) System servers listed in the spreadsheet that is attached to this synopsis/solicitation.

The North American Industry Classification System (NAICS) Code for this effort is 511210- Software Publishers.

Description/Quantity/Delivery:

Intent to procure commercial-off-the-shelf Oracle licensing and software maintenance for each of the PBUSE System servers. Detailed listing of the servers, including serial numbers and server/delivery locations, can be found in the attached spreadsheet. Contract line items (CLINs) will be as follows:

CLIN 0001: Oracle Support Qualification Service. Qty: 44 (EA). Covered Serial Numbers: 027A0519, 027A0527, 0336HH2785-CPU, 0626AM2630, 1094MIL-06480A7F04, 1094MIL-0704098887, 1094MIL-0704098888, 1094MIL-07040988AD, 1094MIL-0704099A93, 111C0C42, 111C0C46, 111H24ED, 111H4438, 112H2D84, 112H2D85, 113H3D82, 124C0A77, 125S0683, 125S6540, 127S6958, 127S6966, 128C023C, 131C0271, 131C0272, 131C02B7, 131C02CB, 138S7501, 151S0253, 151S0295, 151S0297, 151S0329, 151S0457, 151S0481, 210S4669, 210S4707, 210S4709, 211S4789, 212C057B, 212C05F0, 212C05F7, 213C00FC, 213C03F4, 213C03F6-DUP, 213C0483. Period of Performance: 12 Months. Delivery/Server Location: 1800 Glenn Curtiss Street, Carson, CA 90746.

CLIN 0002: Oracle Support Qualification Service. Qty: 29 (EA). Covered Serial Numbers: 216C5124, 304AD1407, 307AD1ECA, 0335AM003C, 0335AM0286, 0335AM02CE, 0338AM003A, 0338AM003E, 0538AD8265, 137S0053, 143C021D, 213C02EC, 216C57E8, 218C571F, 218C5721, 218C66D6, 218C66E4, 218C66E8, 218C676F, 221C5ABC, 231C52F1, 231C58F1, 245C6059, 245C60F7, 245C6106, 245C6107, 246AD109F, 249AD12DA, FT33520231. Period of Performance: 12 Months. Delivery/Server Location: 101 Gateway Centre Parkway, Richmond, VA 23235.

CLIN 0003: Oracle Support Qualification Service. Qty: 33 (EA). Covered Serial Numbers: 0336HH2785, 0336HH2785-CPU1, 0336HH2785-CPU2, 0336HH2785-CPU3, 0336HH2785-D240, 0336HH2787, 0336HH2787-CPU, 0336HH2787-CPU1, 0336HH2787-CPU2, 0336HH2787-CPU3, 0538AD8181, 0538AD8281, 0538AD8282, 0913DHG02L, 0913DHG04T, 0914DHG04N, 0914DHG04Q, 0914DHG04R, 0914DHG055, 1094MIL-05350921BA, 1094MIL-05350921C5, 1094MIL-0630A7AC7, 113H3D86, 151S0361, DN020073802, DN020073804, FM53760004, FM53760021, FM53820080, FM53830016, FM53830023, FM53830027, FT33740259. Period of Performance: 12 Months. Delivery/Server Location: 6000 6th Street, Building 1464, Fort Belvoir, VA 22060.

CLIN 0004: Oracle Support Qualification Service. Qty: 5 (EA). Covered Serial Numbers: 0336HH2789, 0336HH2789-CPU, 0336HH2789-CPU1, 0336HH2789-CPU2, 0336HH2789-CPU3. Period of Performance: 12 Months. Delivery/Server Location: 2920 B Avenue, Fort Lee, VA 23801.

CLIN 0005: Oracle Support Qualification Service. Qty: 6 (EA). Covered Serial Numbers: 0645AM0346, 0645AM0856, 0645BD1268, 1094MIL-06480A7D31, 1094MIL-06480A7EEE, 1094MIL-06480A7EFD. Period of Performance: 12 Months. Delivery/Server Location: Bldg E-2929, Desert Storm Drive, Ft. Bragg, NC 28310.

CLIN 0006: Oracle Support Qualification Service. Qty: 2 (EA). Covered Serial Numbers: 327050219, 327050224. Period of Performance: 12 Months. Delivery/Server Location: 1109 1st St, Fort Lee, VA 23801.

CLIN 0007: Oracle Premier Support for Systems. Qty: 101 (EA). Covered Serial Numbers: 027A0519, 027A0527, 0335AM003C, 0335AM0286, 0335AM02CE, 0338AM003A, 0338AM003E, 0538AD8181, 0538AD8265, 0538AD8281, 0626AM2630, 0645AM0346, 0645AM0856,
0645BD1268, 0913DHG02L, 0913DHG04T, 0914DHG04N, 0914DHG04Q, 0914DHG04R, 0914DHG055, 1094MIL-05350921BA, 1094MIL-05350921C5, 1094MIL-06480A7D31, 1094MIL-06480A7EFD, 1094MIL-06480A7F04, 1094MIL-0704098887, 1094MIL-0704098888, 1094MIL-07040988AD, 1094MIL-0704099A93, 111C0C42, 111C0C46, 111H24ED, 111H4438, 112H2D83, 112H2D84, 112H2D85, 113H3D82, 113H3D86, 125S0683, 125S6540, 127S6958, 127S6966, 128C023C, 131C0271, 131C0272, 131C02B7, 131C02CB, 137S0053, 138S7501, 143C021D, 151S0209, 151S0253, 151S0295, 151S0297, 151S0329, 151S0361, 151S0457, 151S0481, 210S4669, 210S4707, 210S4709, 211S4789, 211S4809, 212C057B, 212C05F0, 212C05F7, 213C00D6, 213C00FC, 213C02EC, 213C03F4, 213C03F6-DUP, 213C0483, 216C5124, 216C57E8, 218C571F, 218C5721, 218C66D6, 218C66E4, 218C66E8, 218C676F, 221C5ABC, 231C52F1, 231C58F1, 245C6059, 245C60F7, 245C6106, 245C6107, 246AD109F, 249AD12DA, 304AD1407, 307AD1ECA, DN020073802, DN020073804, FM53760004, FM53760021, FM53820080, FM53830016, FM53830023, FM53830027, FT33520231, FT33740259. Period of Performance: 12 Months. Delivery Location: 401 First Street, Building 1109, Fort Lee, VA 23801.

Hardware support packages will be inspected and accepted at Destination (F.O.B. Destination)

Provisions and Clauses applicable to this acquisition are as follows:

FAR 52.204-7 (IF00014) Required Central Contract Registration
FAR 52.209-6 (IF00023) Protecting the Government's Interest When Subcontracting With
Contractors Debarred, Suspended, or Proposed For Debarment
FAR 52.211-14 (LF60017) Notice of Priority Rating For National Defense, Emergency
Preparedness, And Energy Program Use
FAR 52.211-15 (IF00026) Defense Priority and Allocation Requirements
FAR 52.212-1 (LF00007) Instructions to Offerors - Commercial Items
FAR 52.212-3 (KF70008) Offeror Representations and Certifications - Commercial Items
FAR 52.212-4 (IF00028) Contract Terms and Conditions - Commercial Items
FAR 52.212-5 (IF60010) Contract Terms and Conditions Required to Implement Statutes or
Executive Orders- Commercial Items (JUL 2010) (DEVIATION), for Paragraph (b) the following clauses apply: (1) 52.222-50 -- Combating Trafficking in Persons (Feb 2009), Alternate I (Aug 2007) (22 U.S.C. 7104(g)), (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553), (3) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note), (4) 52.219-28, Post Award Small Business Program Representation (Apr 2009)(15 U.S.C. 632(a)(2)), (5) 52.222-3, Convict Labor (June 2003)(E.O. 11755), (6) 52.219-8 Utilization of Small Business Concerns, (7) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (8) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246), (9) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212), (10) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), (11) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212), (12) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), (13) 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332), (14) 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a)
FAR 52.222-22 (KF70019) Previous Contracts and Compliance Reports
FAR 52.222-25 (KF70020) Affirmative Action Compliance
FAR 52.227-1 (IF00136) Authorization and Consent
FAR 52.227-2 (IF00140) Notice and Assistance Regarding Patent and Copyright Infringement
FAR 52.227-6 (KF70028) Royalty Information
FAR 52.227-9 (IF00144) Refund of Royalties
FAR 52.247-34 (FF00011) F.O.B. Destination
FAR 52.252-1 (LF70014) Solicitation Provisions Incorporated By Reference
FAR 52.252-2 (IF70033) Clauses Incorporated by Reference
FAR 52.252-6 (IF70034) Authorized Deviations in Clauses
DFARS 252.203-7002 (IA00287) Requirement to Inform Employees of Whistleblower Rights
DFARS 252.204-7003 (IA00269) Control of Government Personnel Work Product
DFARS 252.204-7004 (IA00007) Alternate A, Central Contractor Registration (52.204-7)
DFARS 252.204-7008 (IA00279) Requirements for Contracts Involving Export-Controlled Items
DFARS 252.209-7001 (KA00001) Disclosure of Ownership or Control by the Government of a Terrorist Country
DFARS 252.209-7004 (IA00011) Subcontracting With Firms That Are Owned Or Controlled By The Government of A Terrorist Country
DFARS 252-212-7000 (KA70002) Offeror Representations and Certifications - Commercial Items
DFARS 252.212-7001 (IA60001) Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, for Paragraph (b) the following clause applies: (1) 52.203-3 Gratuities, (2) 252.225-7012, Preference for Certain Domestic Commodities (Jun 2010) (10 U.S.C. 2533a), (3) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227), (4) 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410), (5) 252.247-7023 Transportation by Sea.
DFARS 252.227-7027 (IA00091) Deferred Ordering of Technical Data or Computer Software
Reports.
DFARS 252.232-7010 (IA00272) Levies On Contract Payments
DFARS 252.243-7001 (IA00147) Pricing of Contract Modifications

The following clauses are local CECOM Contracting Center Army Contracting Command clauses:

52.6076 (GS6076) Army Electronic Invoicing and Receiving Report Instructions (Wide Area Work
Flow) (Oct 2007):
To implement DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS, CECOM Life Cycle Management Command uses Wide Area Workflow Receipt and Acceptance (WAWF-RA) to electronically process vendor requests for payments. This application allows DoD vendors to submit and track invoices and receipt/acceptance documents electronically.

The Contractor may submit a payment request using other than WAWF-RA only when:

(i) The Contracting Officer authorizes use of another electronic form. With such authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the contractor will transfer to WAWF-RA; or

(ii) The Department of Defense (DoD) is unable to receive a payment request in electronic form ; or

(iii)) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the contractor. In such cases, the
Contractor shall include a copy of the Contracting Officers determination with each request for payment.

Contractor shall submit payment using the following method(s): [Contracting office check the appropriate block and fill in appropriate fields]:

__x___ Wide Area Workflow (WAWF) (see instructions below)
_____Other (please specify)____________________________________

Defense Finance and Accounting Service (DFAS) POC Columbus Services and Phone: 800-756-4571


The Contractor is required to use WAWF-RA when processing invoices and payments, including receiving reports, under this order. DoD officials receiving payment requests in electronic form shall process the payment requests in electronic form. Any supporting documentation necessary for payment, such as receiving reports, contracts, contract modifications, and required certifications, also shall be processed in electronic form. Scanned documents are acceptable for processing supporting documentation other than receiving reports and other forms of acceptance in accordance with DFARS 232.7002(b).

The Contractor shall (i) register to use WAWF-RA at https://wawf.eb.mil, and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/purchase order. All questions relating to system setup and vendor training can be directed to the Army WAWF help desk at 1-866-598-3560. Web-based training for WAWF is also available at http://www.wawftraining.com.

WAWF Instructions:

Questions concerning payments should be directed to the DFAS [Instructions to Contracting Officers: Fill in DFAS location] at [Instructions to Contracting Officer: Fill in DFAS vendor pay phone number here] or faxed to [Instructions to Contracting Officer: Fill in DFAS vendor pay fax phone number here]. Please have your contract number/purchase order ready when calling about payments.

You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your contract number/purchase order or invoice number will be required to inquire about the status of your payment.

The following codes and information will be required to assure successful flow of WAWF documents.

TYPE OF DOCUMENT [Contracting office check the appropriate block and fill in appropriate fields below]
_x_ Commercial Item Financing
__ Construction Invoice
__ Invoice and Receiving Report (Combination)
__ Invoice as 2-in-1 (Services Only)
__ Performance Based Payment
__ Progress Payment
__ Cost Voucher
__ Receiving Report With Unique Identification (UID) Data

CAGE CODE : 39WG6
ISSUE BY DODAAC W15P7T
ADMIN BY DODAAC S0507A
INSPECT BY DODAAC: W911QZ
ACCEPT BY DODAAC: W911QZ
SHIP TO DODAAC: W911QZ
PAYMENT OFFICE FISCAL STATION CODE: S28043


EMAIL POINTS OF CONTACT LISTING:

INSPECTOR: [email protected]

ACCEPTOR: [email protected]

RECEIVING OFFICE POC: [email protected]

CONTRACT ADMINISTRATOR: TBD

CONTRACTING OFFICER: [email protected]

ADDITIONAL CONTACTS: N/A

For more information contact: [email protected]

52.7050 (GS7050) Administrative Data/Instructions to Paying Office:
Project Designation: Software Maintenance Service Support for the Property Book Unit Supply Enhanced (PBUSE) System Sun Servers

Initiating Activity: AMSEL-SEC-TBR - John E. Laudan
(Item/Project Manager)

Controlled Item Report Requirements: N/A

Invoice Address: N/A


INSTRUCTIONS TO PAYING OFFICE:

a. The Purchasing Office representative is:

Name: Amber Blake

Organization Code: AMSEL-AC-CCCE-CCK-A

Telephone Area Code and No.: (410) 306-3472

DSN/Autovon No.: 458-3472


b. Payment will be made by the office designated in Block 12 of Standard Form 26, Block 25 of Standard Form 33, Block 15 of DD Form 1155, or Block 18a of Standard Form 1449. In the case of cost reimbursement type contracts, vouchers should be submitted directly to the cognizant Defense Contract Audit Agency (DCAA). Upon request, the Administrative Contracting Officer (ACO) will furnish the address of the cognizant DCAA. For other type contracts, the invoice should be forwarded directly to the designated paying office.


c. See FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment. If payment is not available via electronic transfer then payment to the contractor shall be mailed to the following address (if other than the address shown on SF-26, SF-33 or DD Form 1155):

Name: N/A

Address: N/A
(City, State, Zip Code)


UNIT OF PURCHASE: Due to automation, when shipping or billing for the item(s) under this contract, the unit of purchase set forth in the Schedule, Section B, for each item must be used; e.g., if the quantity column indicates '144' for the item and the unit of purchase column indicates 'ea', the system will reject shipping and billing documents which indicate '1 gross'.


NOTE TO PAYING OFFICE: To properly match disbursements with their corresponding receiving/acceptance document, the paying office shall ensure that the invoice/voucher is disbursed from only those accounting classification reference numbers (ACRNs) and their corresponding subline item numbers (SLINs) indicated on the invoice/voucher, acceptance statement or receiving report.
Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov.

Offerors are also required to use Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company.
The solicitation document and incorporate provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-43, Effective 02 August 2010. The Defense Priorities and Allocations System (DPAS) assigned rating is DOA7. Full text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet websites:
FAR Clauses: http://farsite.hill.af.mil/vffar1.htm

DFARS Clauses: http://farsite.hill.af.mil/VFDFAR1.HTM


Other Information:

The U.S. Army CECOM Life Cycle Management Command (CECOM LCMC) has established the Interactive Business Opportunities Page (IBOP) website as part of the Armys Single Face to Industry (ASFI), to allow electronic posting of Solicitations for Request for Proposals (RFP), Request for Quotations (RFQ) and Invitations for Bids (IFB) from CECOM Contracting Center to Industry. All parties who are interested in doing business with CECOM Contracting Center are invited to access, operate, send and receive information from the IBOP at https://abop.monmouth.army.mil. You may access potential CECOM Contracting Center Business Opportunities by selecting CECOM - 2010. Registration guidance for the IBOP website is provided under User Services at the User Registration link. For technical related issues unrelated to registration, call 410-306-3482.

This announcement has also been posted to the IBOP under Solicitation No. W15P7T-10-Q-S749. The Offeror shall submit their quote via the IBOP by 4:30 PM Eastern Standard Time (EST) on 27 September 2010. Questions and/or concerns regarding this combined synopsis/solicitation should be directed to Amber T. Blake, Contract Specialist, at 410-306-3472 or [email protected]. The Contracting Officer for this acquisition is Jennifer L. Berns, phone (410) 306-3521 or email: [email protected].
Bid Protests Not Available

Similar Past Bids

Wood Pennsylvania 25 Mar 2016 at 3 PM
Wood Pennsylvania 29 Mar 2016 at 9 PM
Rock island Illinois 21 Aug 2014 at 6 PM
Location Unknown 15 Oct 2012 at 1 PM

Similar Opportunities

Tinker air force base Oklahoma 31 Dec 2025 at 5 AM (estimated)
Tinker air force base Oklahoma 04 Feb 2026 at 5 AM (estimated)
Washington District of columbia 15 Jul 2025 at 4 AM (estimated)
Washington District of columbia 15 Jul 2025 at 4 AM (estimated)
Mississippi 29 Jul 2025 at 6 PM