This is a combined synopsis/solicitation procure Tuxedo SW Maintenance Renewal. The software support is for BEA Tuxedo OLPT middleware maintenance in support of EMS development and testing, and also for software thus supporting the strategic objectives of the IRS regarding the receipt of electronically filed tax forms and Electronic Tax Documents.
The IRS intends to make a single award for this procurement. The IRS anticipates issuing a fixed-price purchase order with a twelve (12) month period of performance. Award will be made to the Offeror whose proposal has been determined to provide the best value. Under this RFQ, best value will result from the selection of the technically acceptable quote with the lowest evaluated price. Offerors providing the required brand name software and maintenance will be considered technically acceptable.
This solicitation incorporates the following clauses and provisions:
FAR Clauses (Full text of these clauses can be accessed at https://www.acquisition.gov/far/index.html):
52.204-7, Central Contractor Registration;
52.212-1, Instructions to Offerors--Commercial Items;
52.212-3, Offeror Representations and Certifications-Commercial Items;
52.212-4, Contract Terms and Conditions-Commercial Items;
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items
52.217-8, Option to Extend Services; and
52.227-19, Commercial Computer Software License
IRS Clauses (Full text of these clauses will be made upon request):
IR1052.204-9004, Accessing On-Line Payment Information
IR1052.239-9008, Section 508 Information, Documentation and Support
IR1052.239-9010, Section 508 Conformance
Offerors who believe they can provide the required products should submit their responses by e-mail to [email protected] no later than 10:00 am, Friday, September 30, 2011 (Eastern Standard Time). Offerors shall prepare quotes in accordance with FAR provision 52.212-1, Instructions to Offerors-Commercial Items, and shall include the following information, (1) Identification of the proposed brand name products; (2) Pricing for each items, (3) Delivery date(s), (4) business size, and (5) Taxpayer Identification Number and Dun & Bradstreet number. All products/services must be in compliance with Section 508 1194.21, 1194.31 and 1194.41 of the Rehabilitation Act. Offerors shall provide proof of conformance through the Voluntary Product Accessibility Template (VPAT). Offerors must be registered in Central Contractor Registration (CCR) www.ccr.com. Responses that do not contain this information may be considered non-responsive. Questions regarding this solicitation should be submitted to the e-mail address above.