Inactive
Notice ID:33826
The purpose of amendment 0001 is to provide Government responses to industry questions regarding FAA Request for Offer - SIR 33826 (see attachment entitled, 33826 – Compiled QA). Please note that th...
The purpose of amendment 0001 is to provide Government responses to industry questions regarding FAA Request for Offer - SIR 33826 (see attachment entitled, 33826 – Compiled QA). Please note that the date and time for offer submissions has been extended to 5:00 p.m. EST on Tuesday, July 2, 2019. All other terms and conditions remain the same. ______________________________________________________________ IMPORTANT: READ ALL INSTRUCTIONS BELOW! NOTE: Please be sure you are viewing the COMPLETE announcement at https://faaco.faa.gov/ The Federal Aviation Administration (FAA) has a requirement for OpenText ApplicationXtender (AX) software license renewals, software maintenance support, and software upgrade in accordance with the FAA Statement of Work (SOW) (see attached). The FAA will not pay for any information received or costs incurred for preparing responses to this announcement. Therefore, any costs associated with a response to the RFQ are solely at the interested vendor’s expense. A tiered evaluation of offers will be used in source selection in accordance with the following. The Contracting Officer has specified the below tiered order of precedence for evaluating offers (descending in order of preference): (a) Socially and economically disadvantaged business (SEDB) expressly certified by the Small Business Administration (SBA) for participation in SBA's 8(a) program; (b) Service-disabled veteran owned small business (SDVOSB); (c) Small business; and, (d) Other than small business. Once offers are received, the Contracting Officer will evaluate a single tier of offers according to the order of precedence specified above. If two or more, responsible, responsive offerors are not within the first tier, the evaluation will proceed to the next lower tier until award can be made. If only one responsible, responsive offer exists within the first tier, that offeror will be brought to the next tier until an award can be made. It is anticipated that the Government will award one Firm Fixed Price purchase order to the lowest price responsible responsive offeror, who is an authorized reseller or OEM of OpenText AppXtender products, for the full quantities listed in the RFQ, that meet the required specifications, quantities, and Government delivery schedule as referenced in the attached SOW. The North American Industry Classification System (NAICS) code for this requirement is 511210 for Software Publishers with a small business size standard of $38.5M. All potential vendors must be registered in the System for Award Management (SAM) website (www.SAM.gov) for consideration of this award. OFFERS ARE DUE NO LATER THAN 5:00 P.M., FRIDAY, JUNE 28, 2019. OFFERS RECEIVED AFTER THAT DATE WILL NOT BE CONSIDERED. Offers must provide statement that their firm can meet all requirements outlined in the attached SOW. All submittals must be directed to the Primary POC, Benjamin Tarr (Benjamin.Tarr@faa.gov), and the Secondary POC, Lisen Minetti (lisen.ctr.minetti@faa.gov. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/33908 to view the original announcement.