Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2006 FBO #1543
MODIFICATION

70 -- HP Software Maintenance

Notice Date
2/14/2006
 
Notice Type
Modification
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
Reference-Number-F3LNBB6025A100-1
 
Response Due
2/21/2006
 
Archive Date
3/8/2006
 
Point of Contact
Carol Ditmer, Contracting Officer, Phone (719) 556-0232, Fax (719) 556-4321,
 
E-Mail Address
carol.ditmer@peterson.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
There are no services required. This is renewal of licenses only. System administration is performed by gov’t personnel and not part of this contract. COMBINED SYNOPSIS/SOLICITATION Annual Hewlett-Packard Software Maintenance (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quote (RFQ). Submit written proposal (to include price quote for all CLINS) on RFQ reference number FLNBB6025A100. (III) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-02. (IV) This solicitation is a Service Disabled Veteran Owned Small Business set-aside. (V) This combined synopsis/solicitation is for the following commercial items: Product # Description Quantity HP SOFTWARE TECHNICAL UNLIMITED SUPPORT B7421AA HP OV OPER. AND PERF. AGENT TIER 0 LTU 13 B6121AA HP OV GLANCE PLUS TIER ONE, LTU 15 B6122AA HP OV GLANCE PLUS TIER TWO, LTU 3 B7451AA HP OV SPI MS EXCHANGE TIER 0 LTU 1 B7422AA HP OVO PERFORMANCE AGENT DESKTOP LTU 5 B7465AA HP OV SPI ORACLE TIER 2 LTU 1 T2668AA HP OV PERF INSIGHT 1000 NODE LTU 1 T2667AA HP OV PERF INSIGHT 250 NODE LTU 1 T2663AA HP OV PEERFORMANCE INSIGHT 5.0 LTU 1 T2661AA HP OV PI RPT PACK FOR WAN CORE LTU 1 T2655AA HP OV PI RPT PACK FOR LAN/WAN EDGE LTU 1 T2654AA HP OV PI RPT PACK FOR INFRSTR USAGE LTU 1 B7405DA HP OPENVIEW OPS/PERF MANAGER SOLARIS LTU 1 B6121AA HP OV GLANCEPLUS TIER ONE, LTU 1 B6122AA HP OV GLANCE PLUS TIER TWO, LTU 1 B7480AA HP OV SPI REMEDY, LTU 1 ORA400CA OFO V9.2 32 BIT SUN SOLARIS 2.7 & 2.8 LTU 1 HP SOFTWARE UPDATE SERVICE B7405DA HP OPENVIEW OPS/PERF MANAGER SOLARIS LTU 1 B7490EA HP OV OPS/PER 7.X FOR SOLARIS MEDIA 1 B7491EA HP OV OPS/PERF 7.X FOR SOL MANUALS ENG 1 B3695AA HP OV GLANCEPLUS SUN SPARC, MEDIA 1 B6121AA HP OV GLANCEPLUS TIER ONE, LTU 1 B6122AA HP OV GLANCE PLUS TIER TWO, LTU 1 B7480AA HP OV SPI REMEDY, LTU 1 ORA400CA OFO V 9.2 32 BIT SUN SOLARIS 2.7 & 2.8 LTU 1 ORA430CA OFO V9.2 32 BIT SUN SOLARIS 2.7 & 2.8 MEDIA 1 B7421AA HP OV OPER. & PERF AGENT TIER 0 LTU 13 B6121AA HP OV GLANCEPLUS TIER ONE, LTU 15 B6122AA HP OV GLANCEPLUS TIER TWO LTU 3 B7451AA HP OV SPI MS EXCHANGE TIER 0 LTU 1 B7422AA HP OVO PERFORMANCE AGENT DESKTOP LTU 5 B7465AA HP OV SPI ORACLE TIER 2, LTU 1 T2668AA HP OV PERF INSIGHT 1000 NODE LTU 1 T2667AA HP OV PERF INSIGHT 250 NODE LTU 1 T2633AA HP OV PERFORMANCE INSIGHT 5.0 LTU 1 T2661AA HP OV PI RPT PACK FOR WAN CORE LTU 1 T2655AA HP OV PI RPT PACK FOR LAN/WAN EDGE LTU 1 T2654AA HP OV PI RPT PACK FOR INFRSTR USAGE LTU 1 J5222CA HP OV PERF INSIGHT MEDIA KIT VERS. 5.0 1 (VI) Requirements for software technical unlimited support include: technical support, electronic support, standard office hours/standard office days, 2 hour remote response. The Government intends to award a single, Firm Fixed Priced contract resulting from this solicitation. Requirements for software update support include: license to use and software updates, updates on CD, documentation updates on paper. (VII) Service to be performed at Peterson AFB, CO. Period of performance is 1 Mar 06 through 28 Feb 07. (VIII) FAR 52.212-1, Instructions to Offerors – Commercial Items (Jan 2004), applies to this acquisition. In addition to written quotes, offerors are instructed to provide a brief capability statement describing qualifications to perform requirements listed at paragraphs V and VI. (IX) FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. A contract will be awarded to the vendor using the following criteria to determine best value to the Government: Lowest price and meets capability requirements listed in V and VI. (X) The offeror must have completed the Online Representations and Cerifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2004). The web site address is https://orca.bpn.gov/ (XI) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2003), applies to this acquisition. (XII) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jun 2004). Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are (5)(i), (14), (15), (16), (17), (18), (19), (20), (26) and (31). (XIII) The following clauses are also applicable to this acquisition: 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.252-2, Clauses Incorporated by Reference; 252.204-7004 Alt A, Required Central Contractor Registration; 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 52.222-22, Previous Contracts and Compliance Reports; 52.233-3, Protest After Award; 52.243-1, Changes-Fixed Price. (XIV) NA (XV) NA (XVI) Quotes are required to be received no later than 1:00 pm Mountain Standard Time, Tuesday, 21 February 2006, and must include the following: Company name; address; phone numbers; DUNS number; CAGE code; itemized quote; brief statement of capability; details of service to be included; statement that ORCA has been completed (see para X above). Quotes shall be delivered via fax to (719) 556- 4321 or email to carol.ditmer@peterson.af.mil. (XVII) Please direct any questions regarding this solicitation to Carol Ditmer at (719) 556- 0232 or carol.ditmer@peterson.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-FEB-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFSC/21CONSb984/Reference-Number-F3LNBB6025A100-1/listing.html)
 
Place of Performance
Address: Peterson AFB, CO
Zip Code: 80914
Country: USA
 
Record
SN00988397-F 20060216/060214214107 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.