The U.S. Department of Energy, Western Area Power Administration (Western), Corporate Services office requires purchase of software maintenance for three years on Aspen OneLiner Program manufactured and supported by Advanced Systems for Power Engineering, Inc. The three (3) year maintenance includes program enhancements, bug fixes, telephone support and access to the manufacturer's website for all of Western's 47 licenses. The period of performance for the software maintenance is August 1, 2011 through July 31. 2014.
The following clauses and provisions apply to this solicitation:
52.212-1, Instructions to Offerors - Commercial Items (Jun 2008). Please submit the product information, manufacturer and part number of item you will be supplying. FOB Destination to:
ATTN RECEIVING
Western Area Power Administration
12155 W. Alameda Pkwy.
Lakewood, CO 80228-2802
52.212-2, Evaluation -- Commercial Items (Jan 2009). The Government intends to award to the responsible contractor whose quotation represents the best value to the Government, considering price and price-related factors (quoted delivery time for the items and period of performance.)
52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 2011). * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA). Contractor shall acknowledge in their quote that their ORCA (Online Representation and Certification Application) is current and up to date, located at: https://orca.bpn.gov/. If your ORCA is not current and/or you do not submit a completed copy of this provision, your quote will be considered non-responsive.
52.212-4, Contract Terms and Conditions -- Commercial Items (Jun 2010)
52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (May 2011)
The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010);52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010);52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007); 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010); 52.225-1, Buy American Act--Supplies (Feb 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003).
52.247-34 -- FOB - Destination (Nov 1991)
WES-H-1054 Compliance with Internet IPV6 Protocol (WAPA, DEC 2005)
a. This contract involves the acquisition of Information Technology (IT) that uses Internet Protocol (IP) technology. The contractor agrees that: (1) all deliverables that involve IT that uses IP (products, services, software, etc.) will comply with IPv6 standards and interoperate with both IPv6 and IPv4 systems and products; and
(2) it has IPv6 technical support for development and implementation and fielded product management available. b. If the contractor plans to offer a deliverable that involves IT that is not initially compliant, the contractor agrees to: (1) obtain the Contracting Officers approval before starting work on the deliverable; (2) provide a migration path and firm commitment to upgrade to IPv6 for all application and product features by June 2008; and (3) have IPv6 technical support for development and implementation and fielded product management available. c. Should the contractor find that the statement of work or specifications of this contract do not conform to the IPv6 standard, it must notify the Contracting Officer of such nonconformance and act in accordance with instructions of the Contracting Officer.
If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award.
Written offers and the above required information are due July 15, 2011 by 12:00 PM MDT. Please send responses electronically to Carol Hammans, Contract Specialist, email address: [email protected]. NO PHONE CALLS WILL BE ACCEPTED. All responsible sources may submit a quote, which will be considered by the agency.