Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2006 FBO #1553
SOLICITATION NOTICE

70 -- Hyperion Licenses & Maintenance Renewal, Open Marke Accepted, ITSS Registered Vendors, End Customer USAF

Notice Date
2/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (4TRC), 4890 University Square, Ste 3F, Huntsville, AL, 35816
 
ZIP Code
35816
 
Solicitation Number
4THO57069040
 
Response Due
3/2/2006
 
Archive Date
3/17/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 4THO57069040 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,000 employees. This requirement is unrestricted and only interested offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Thursday, March 03, 2006 at 16:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Kuwait City, Kuwait. The GSA FTS Region 4 requires the following items, BRAND NAME OR EQUAL, to the following: LI 001, 18226, Hyperion Brio Insight v6 Single User, 400, EA LI 002, Base Period - Renewal Hyperion Maintenance - POP 04/01/2006 to 03/31/2007, HI-ND-M - Maintenance for Hyperion Intelligence Named Developer User - 3, 17841-M - Maintenance for Hyperion Brio Portal v7- Lip to 500Name Users - 1, HSQR-S1-M - Maintenance for Hyperion SQR License (Server Class1) - 4, HSQR-S3-M - Maintenance for Hyperion SQR License (Server Class3) - 2, 18219-M - Maintenance for Hyperion Brio Designer v6 SingleUser - 2, Bl-UNI-M - Maintenance for Hyperion Brio Intelligence Svr v6 w/10 Quickview UNIX - 4, 18226-M - Maintenance for Hyperion Brio Insight v6 Single User - 400, 18249-M - Maintenance for Hyperion Brio Portal v7 for UNIX (Extranet Only - 2, 1, EA LI 004, 18226-M, Option 1 - Maintenance for Hyperion Brio Insight v6 Single User - co-term line 1 to POP renewal to 03/31/2007, 400, EA LI 005, Option Period 2 - Renewal Hyperion Maintenance - POP 04/01/2007 to 03/31/2008, HI-ND-M - Maintenance for Hyperion Intelligence Named Developer User - 3, 17841-M - Maintenance for Hyperion Brio Portal v7- Lip to 500Name Users - 1, HSQR-S1-M - Maintenance for Hyperion SQR License (Server Class1) - 4, HSQR-S3-M - Maintenance for Hyperion SQR License (Server Class3) - 2, 18219-M - Maintenance for Hyperion Brio Designer v6 SingleUser - 2, Bl-UNI-M - Maintenance for Hyperion Brio Intelligence Svr v6 w/10 Quickview UNIX - 4, 18226-M - Maintenance for Hyperion Brio Insight v6 Single User - 800, 18249-M - Maintenance for Hyperion Brio Portal v7 for UNIX (Extranet Only) - 2, 1, EA LI 006, Option Period 3 - Renewal Hyperion Maintenance - POP 04/01/2008 to 03/31/2009, HI-ND-M - Maintenance for Hyperion Intelligence Named Developer User - 3, 17841-M - Maintenance for Hyperion Brio Portal v7- Lip to 500Name Users - 1, HSQR-S1-M - Maintenance for Hyperion SQR License (Server Class1) - 4, HSQR-S3-M - Maintenance for Hyperion SQR License (Server Class3) - 2, 18219-M - Maintenance for Hyperion Brio Designer v6 SingleUser - 2, Bl-UNI-M - Maintenance for Hyperion Brio Intelligence Svr v6 w/10 Quickview UNIX - 4, 18226-M - Maintenance for Hyperion Brio Insight v6 Single User - 800, 18249-M - Maintenance for Hyperion Brio Portal v7 for UNIX (Extranet Only) - 2, 1, EA For this solicitation, GSA FTS Region 4 intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. GSA FTS Region 4 is taking this action in an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Chris Harvel at chris.harvel@gsa.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Failure to comply with the below may result in quote being determined as non-responsive. Desired delivery: 15 March, 2006 for the licenses. POP for the maintenance is as listed in the RFQ. Upon delivery, all shipping documents and equipment containers will include GSA-IT order number and/or Act number. Vendors / sales agents submitting quotes MUST BE registered in ITSS. If vendor registration assistance is needed contact 877.243.2889 Option 2. Contact ClientServices@FedBid.com or call 877-933-3234 to address any questions or comments Company must be registered on DOD's Central Contractor Registry (CCR). Web site is http://www.ccr.gov. Quote must include proof of CCR registration. ITSS Registration must match CCR registration. New equipment ONLY, NO remanufactured products, and NO "gray market". All products must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after submission Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that the FedBid system automatically ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Note that, the Buyer shall place orders with the schedule contractor that can provide the supply or service that represents the best value. In addition to price, when determining best value, the ordering activity may consider, among other factors, the following: (1) Past performance. (2) Special features of the supply or service required for effective program performance. (3) Trade-in considerations. (4) Probable life of the item selected as compared with that of a comparable item. (5) Warranty considerations. (6) Maintenance availability. (7) Environmental and energy efficiency considerations. (8) Delivery terms. Quote per specifications requested. If an item has been discontinued or is end of life, annotate quote referencing as such then quote an equal or better replacement for the item. Quote is to include all fees, including shipping or freight costs. Provide on quote the estimated ETA, number of days, delivery can be expected after receipt of purchase order. No partial shipments unless specifically authorized at time of award. All services and products provided in response to this requirement shall comply with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) and the Architectural and Transportation Barriers Compliance Board Electronics and Information Technical (EIT) Accessibility Standard (36 CFR part 1194). Quote must include statement addressing compliance or noncompliance with Section 508. Quote must include verification that the product and/or services have been evaluated and validated by the NSA or in accordance with NSA-approved processes in accordance with Defense Confidentiality DCAS-1 (see also DODI 8500.2, February 6, 2003). Invoicing must be submitted via ITSS. When submitting invoice, invoice must include ONLY the line items quoted. A separate line item for a Fedbid.com fee is unacceptable. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, via the ORCA website (http://orca.bpn.gov) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (This specific Order will be awarded based on best value.) If Best Value, bids will be evaluated and Award will be made on a Best Value basis using factors listed. Delivery and Past Performance are more important than price in a Best Value Case and award may be made to other than the lowest priced technically acceptable bid. Payment Term Purchase Order: Buyer intends to use a government issued purchase order for payment. Bids from Sellers unable to accept purchase orders will not be considered for award. Evaluation Criteria The Government anticipates awarding a task order to the vendor whose proposal is the most advantageous to the Government, price and other factors considered. Proposals will be evaluated based on the factors described below. Delivery & Past Performance are significantly more important than price. This Award will be made on a Best Value basis. Award may be made other than the lowest priced technically acceptable proposal. Price proposals will be evaluated based on the factors described in Section B. Vendors shall identify and document all (if any) assumptions, conditions, or exceptions upon which the technical part of this proposal is based. All assumptions (both technical and price) shall be included in the proposal. A. EVALUATION CRITERIA. The Government will evaluate proposals based on the following factors. Past Performance Delivery Assumptions, Conditions, and Exceptions will be reviewed for acceptability and potential impact on information provided in the task order proposal. 1. Delivery The Government is seeking to determine the speed of delivery. This factor will be evaluated on the basis of the delivery proposal from the vendor. Licenses must be delivered by 15 March, 2006. 2. PAST PERFORMANCE If the vendor has no single experience that encompasses all types of past performance defined in the sub-factors below, the Offeror may show past performance through a combination of projects that together show that work has been accomplished that is consistent in scope and complexity with the objectives of this SOW. The past performance information should include the vendor?s record of providing high quality services in a timely manner, standards of good workmanship, adhering to contract schedules, administrative aspects of contract performance, overall quality of assigned personnel, availability, stability, reasonable and cooperative behavior, commitment to and business-like concern for the interests of the customer, quality of overall program management approach, record of awards or performance recognition earned, and overall client satisfaction. Past performance that is technically relevant to this requirement will be of more value than non-relevant past performance. Vendors will be evaluated on examples of past performance wherein the experience of the vendor has contributed to the success of similar contracts/task orders. Vendors will be evaluated on examples of past performance wherein the infrastructure and resources of the vendor contributed to the success of similar contracts/task orders. A lack of relevant past performance data will be treated by the Government as a neutral evaluation. Past performance will be evaluated to determine contractor?s suitability for meeting the objectives of the SOW. Each proposal is required to describe a minimum of two but not more than five prior relevant projects that have been completed or are ongoing which are similar in scope and size to this SOW. Include points of contact and their phone numbers, and titles, size of procurement in dollar value and e-mail addresses if possible. Each reference shall include a contracting and technical point of contact. Past performance must be relevant to the support required for the delivery order. Deliverables must meet contract requirements technical excellence, timing, budgeting and report accuracy. Management must be effective with flexible and responsive staffing with no performance problems or deficiencies that impact task quality, time or cost. Vendor must meet all requirements in overall satisfaction to end-users. B. PRICE PROPOSAL EVALUATION. Vendors? price proposal will be evaluated to determine price reasonableness. Vendors? technical and price proposals will be evaluated in determining best value to the Government. Price will be evaluated, but not rated. Point of Contact Name: Chris Harvel, Title: Account Manager, Phone: 2568953383, Fax: 2568955898, Email: chris.harvel@gsa.gov Name: John Lee, Title: Sourcing Agent, Phone: 703.244.9725, Fax: 703.385.9211, Email: john.lee@fedbid.com; Additional Information www.fedbid.com
 
Place of Performance
Address: Maxwell AFB, Montgomery, AL
Zip Code: 36114
Country: USA
 
Record
SN00994574-W 20060226/060224212851 (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.