The RFP Database
New business relationships start here

U.S. Army Corps of Engineers Honolulu District Bluebeam Revu & Revu Extreme 2018 Maintenance for Licensing


Hawaii, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.


This solicitation is a Request for Quotations (RFQ) under "USACE, HONOLULU DISTRICT - BLUEBEAM REVU & REVU EXTREME 2018 MAINTENANCE AND LICENSING"


The North American Industrial Classification System (NAICS) code for this procurement is 511210, with a small business size standard of $38,500,000.


The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is D319.


COMMERCIAL ITEM DESCRIPTION:
All interested companies that are authorized to resell the Bluebeam software shall provide quotations for the following:
The Contractor shall furnish al labor, management, supplies, equipment and material as required to perform all work necessary for delivery and warranties for the following:
1. Three (3) year maintenance for ten (10) Bluebeam Revu eXtreme 2018 licenses,
2. Three (3) year maintenance for nineteen (19) Bluebeam Revu Standard 2018 licenses
3. Twenty-nine (29) enterprise licensing for three (3) years.


SOFTWARE MAINTENANCE AND LICENSE MUST BE BRAND NAME ONLY.


Contract Line Item 0001: Renew Revu Standard Maintenance, Bluebeam Software SN 9808271
Quantity: 10
Unit: Each
Unit Price: ______________
Amount: ______________


Contract Line Item 0002: Renew Revu eXtreme Maintenance, Bluebeam Software SN 9808689
Quantity: 19
Unit: Each
Unit Price: ______________
Amount: ______________


Contract Line Item 0003: Enterprise Licensing 3 Years
Quantity: 29
Unit: Each
Unit Price: ______________
Amount: ______________


Total of Contract Line Items 0001, 0002, and 0003 tiny_mce_marker___________



CLIN Description:
The Contractor shall provide labor, management, supplies, equipment and material for the following:
Renew Revu Standard Maintenance, Bluebeam Software SN 9808271
Renew Revu eXtreme Maintenance, Bluebeam Software SN 9808689
Enterprise Licensing 3 Years
For the
U.S. Army Corps of Engineers District, Honolulu
CEPOH-EC-E
Bldg 230
Fort Shafter, HI 96858-5440

Invoices shall be submitted to:
U.S. Army Corps of Engineers District, Honolulu
ATTN: CEPOH-EC-G, Santiago Mor
Bldg 230
Fort Shafter, Hawaii 96858-5440


The following provisions and clauses are hereby incorporated:


The full text of FAR provisions and clauses may be accessed electronically at:
http://farsite.hill.af.mil
The full text of DFARS provisions and clauses may be accessed electronically at:
http://farsite.hill.af.mil/vfdfara.htm



In accordance with FAR 13.101(b)(2), the following solicitation provisions apply to this acquisition:


52.204-7 System for Award Management (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting (JUL 2016)
52.204-22 Alternative Line Item Proposal (JAN 2017)
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (NOV 2015)
52.209-11 Representation by Corporation Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (FEB 2016)
52.212-1 Instructions to Offerors--Commercial Items (OCT 2018)
52.212-3 Offeror Representations and Certifications--Commercial Items (OCT 2018) Alternate I (OCT 2018)
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)


252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011)


S-4 Cost Breakdown
Quoter is required to provide a detailed cost breakdown of his quotation which is to be submitted with his response to this Request for Quotation. Breakdown should cover costs such as labor, materials, overhead and profit. The information will be used in the evaluation process.
[End of Statement]


S-7 Identification of Partners
(Applicable where the offeror has identified itself as a partnership or joint venture.)
The full names of all partners are listed below:
__________________________________________________________________________
__________________________________________________________________________


In accordance with FAR 13.101(b)(2), the following contract clauses apply to this acquisition:


52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)
52.204-13 System for Award Management Maintenance (OCT 2018)
52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016)
52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014)
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018)
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (NOV 2015)
52.212-4 Contract Terms and Conditions - Commercial Items (OCT 2018)
52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Deviation 2018-O0021) (JAN 2019)
52.219-28 Post-Award Small Business Program Representation (JUL 2013)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)
52.243-1 Alt I Changes - Fixed Price (AUG 1987) - Alternate I (APR 1984)
52.252-2 Clauses Incorporated by Reference (FEB 1998)
52.252-6 Authorized Deviations in Clauses (APR 1984)


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)
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016)
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (OCT 2016)
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016)
252.232-7003 Electronic submission of Payment Requests and Receiving Reports (DEC 2018)
252.243-7001 Pricing of Contract Modifications (DEC 1991)



SUBMISSION INSTRUCTIONS:
All Quoters shall submit 1 (one) copy of their technical and price quote.
Include your company DUNS Number, Cage Code, Company name, Point of Contact and phone number on your quote. Offerors must have and/or maintain an active registration with the System for Award Management (SAM) website. To register in SAM, go to http://www.sam.gov. Lack of registration in SAM.gov will make an offeror ineligible for award. Please do not send SAM representations and certifications.


All quotations shall be sent via facsimile to: (808)835-4396
Please reference: W9128A-19-T-0004
Attn: Merbby Nicolas / Dayna Matsumura


Please submit your quote by April 26, 2019 at 2:00 p.m., Hawaii Standard Time.


Please reference this combined synopsis/solicitation number on the envelope.


The Contracting Officer reserves the right to make no award under this procedure. Only one award will be made from this RFQ. All interested parties must submit quotes on the full quantity identified. Partial quotes will not be accepted.


All quotes must be valid for a minimum of 30 days.



ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL to:
MerbbyJoyce.N.Nicolas@usace.army.mil and Dayna.N.Matsumura@usace.army.mil


The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Award shall be made to the quoter whose quotation offers the lowest-priced, technically acceptable (LPTA) that is deemed responsive and responsible by the Contracting Officer. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:


"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."


Submission shall be received not later than the response date listed above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).


 


Merbby Joyce Nicolas, Contract Specialist, Phone 8088354381, Email merbbyjoyce.n.nicolas@usace.army.mil - Dayna N. Matsumura, Contract Officer, Phone (808)835-4379, Fax (808)835-4396, Email Dayna.N.Matsumura@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP