Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2005 FBO #1299
SOLICITATION NOTICE

70 -- Altiris AUP Asset, Client, Server, and Engineer Upgrades

Notice Date
6/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Department of Defense Education Activity, DoDEA Pacific Procurement Office (DPPO), Unit 35007, APO, AP, 96376-5007
 
ZIP Code
96376-5007
 
Solicitation Number
HE1260-05-R-0036
 
Response Due
6/22/2005
 
Archive Date
7/7/2005
 
Description
(i)This is a sole source combined synopsis/solicitation for commercial items in accordance with U.S.C. 2304 (1) FAR 6.302-1, Only One Responsible Source and no other supplier or services will satisfy agency requirements and FAR Part 12 and the Test Program for Commercial Items (FAR 13.5), as supplemented with additional information included in the solicitation. This announcement constitutes the only solicitation. (ii) RFP No. HE1260-05-R-0036(PR No. HE1260-5132-4000) is a sole source combined synopsis/solicitation for commercial items. This sole source combined synopsis/solicitation is issued as a request for proposals (RFP). Submit written offers to: Solicitation Number: HE1260-05-R-0036 Posted Date: Jun 15, 2005 Response Date: Jun 24, 2005 Current Response Date: Jun 24, 2004 Oral offers will not be accepted. FAX proposals will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This sole source combined synopsis/solicitation incorporated provisions and clauses in accordance with Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement. It is the contractors responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as a sole source acquisition. (v) CLIN 0001 - Base Year - 1 July 2005 through 30 June 2006 Assigned Engineer, 24 hours a day and 7 days a week support. Altiris P/N: 32009-001. 1.00 EACH CLIN 0002 - Base Year - 1 July 2005 through 30 June 2006 AUP for Asset Mgmt Suite Level 3. Reg # 57C7E-P8NDW-4QPY5-B2LNG, Altiris P/N: 46321-01. 100.00 EACH CLIN 0003 - Base Year - 1 July 2005 through 30 June 2006 AUP for Client Mgmt Suite Level 1. Reg #4Z6LR-5NLWC-21V15-VSJT7. Altiris P/N 41721-05. 14000.00 EACH CLIN 0004 - Base Year - 1 July 2005 through 30 June 2006 AUP for Server Mgmt Suite Level 1. Reg # SZ4UB-Q9MRX-X9C6R-J9BKH. Altiris P/N: 45121-01. 200.00 EACH CLIN 1001 - Option Year One - 1 July 2006 through 30 June 2007 Assigned Engineer, 24 hours a day and 7 days a week support. Altiris P/N: 32009-001. 1.00 EACH CLIN 1002 - Option Year One - 1 July 2006 through 30 June 2007 AUP for Asset Mgmt Suite Level 3. Reg # 57C7E-P8NDW-4QPY5-B2LNG, Altiris P/N: 46321-01. 100.00 EACH CLIN 1003 - Option Year One - 1 July 2006 through 30 June 2007 AUP for Client Mgmt Suite Level 1. Reg #4Z6LR-5NLWC-21V15-VSJT7. Altiris P/N 41721-05. 14000.00 EACH CLIN 1004 - Option Year One - 1 July 2006 through 30 June 2007 AUP for Server Mgmt Suite Level 1. Reg # SZ4UB-Q9MRX-X9C6R-J9BKH. Altiris P/N: 45121-01. 200.00 EACH CLIN 2001 - Option Year Two - 1 July 2007 through 30 June 2008 Assigned Engineer, 24 hours a day and 7 days a week support. Altiris P/N: 32009-001. 1.00 EACH CLIN 2002 - Option Year Two - 1 July 2007 through 30 June 2008 AUP for Asset Mgmt Suite Level 3. Reg # 57C7E-P8NDW-4QPY5-B2LNG, Altiris P/N: 46321-01. 100.00 EACH CLIN 2003 - Option Year Two - 1 July 2007 through 30 June 2008 AUP for Client Mgmt Suite Level 1. Reg #4Z6LR-5NLWC-21V15-VSJT7. Altiris P/N 41721-05. 14000.00 EACH CLIN 2004 - Option Year Two - 1 July 2007 through 30 June 2008 AUP for Server Mgmt Suite Level 1. Reg # SZ4UB-Q9MRX-X9C6R-J9BKH. Altiris P/N: 45121-01 200.00 EACH (vii) FOB: Destination for delivery to: DODDS Pacific Director's Office, Attn: Pacific IT Division, Unit 35007, APO AP 96376-5007 . Responsibility and Inspection: Unless otherwise specified in the contract the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The provision at FAR 52.212-1 Instructions to Offerors Commercial Items, applies to this acquisition. FAR 52.212-2 Evaluation - Commercial Items, applies to this acquisition. (ix) The Government will award a firm-fixed price contract resulting from this sole source combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on a Best Value to the Government. Best value include but is not limited to price, delivery date, and technical capability. (x) Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items, their proposal. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Specifically the following clauses cited are applicable to this solicitation: FAR 52.225-13 -Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (xiii) The following provisions and clauses apply to this acquisition: FAR 52.203 Gratuities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.223-3 Hazardous Material Identification and Material Safety Data; FAR 52.233-3 Protest After Award; FAR 52.247-34 - F.O.B. Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms. The clause at DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this acquisition. (xvi) All proposals must be emailed to Mr. Taylor at Henry.Taylor@pac.dodea.edu, or faxed to (011) 81-98-957-4535. Proposals are required to be received no later than 1:00 Japan Standard Time, Friday, 24 June, 2005. Oral offers will not be accepted. FAX proposals will not be accepted.
 
Place of Performance
Address: DODDS Pacific Director's Office, Attn: Pacific IT Division, Unit 35007, APO AP 96376-5007
Zip Code: 96376-5007
Country: Okinawa, Japan
 
Record
SN00830632-W 20050617/050615212604 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.