Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2006 FBO #1657
SOLICITATION NOTICE

70 -- Oracle Web Services Manager Licenses and Annual Support

Notice Date
6/8/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
1701 N Ft. Myer Drive, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
S-AQMPD-06-Q-1049
 
Response Due
6/9/2006
 
Archive Date
6/29/2006
 
Small Business Set-Aside
N/A
 
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 S-AQMPD-06-Q-1049 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 334119 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 Friday, June 9, 2006 at 16:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20008 The Department of State requires the following items, EXACT MATCH ONLY, to the following: LI 001, Oracle Web Services Manager- Perpetual - Processor Licenses, 4, EA; LI 002, Oracle - 1 Year Annual Support - Update Rights and Product Technical Support (for CLIN 0001), 4, EA; LI 003, Oracle Web Services Manager - Perpetual - Named User Plus, 20, EA; LI 004, Oracle - 1 Year Annual Support - Update Rights and Product Technical Support (for CLIN 0003), 20, EA; For this solicitation, Department of State 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. Department of State is taking this action in a 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 Lanah Hamrick at hamricklb@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. The contractor shall provide only the product specified herein. No substitutions will be accepted. Licenses shall be delivered, F.O.B. destination, within 15 calendar days of the receipt of a funded delivery order to: U.S. Department of State, Bureau of Diplomatic Security, 3507 International Place, N.W., Washington, D.C. 20008, Email: .MooreKL@state.gov Support is annual and will be performed for the 12-month period beginning with the award date of the delivery order. Inspection and acceptance shall be performed by the Government representative at the destination. The following DOSAR Clauses apply: DOSAR 652.232-70, Payment Schedule and Invoice Submission (Fixed Price)(Aug 1999)(ACQ Standard Format) (09/99); DOSAR 652.225-71, Section 8(A) of the Export Administration Act OF 1979, as Amended (AUG 1999); and 652.237-72, Observance of Legal Holidays and Administrative Leave. Following FAR Clauses apply: 52.212-4, Contract Terms and Conditions Commercial Items (Sep 2005); 52.52.246-2, Inspection of Supplies--Fixed-Price (AUG 1996); under FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders'Commercial Items (FEB 2006), the following clauses apply: FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (APR 2002); 52.233-3, Protest After Award (Aug 1996); 52.222-35, Equal Opportunity for Special Disabled Veterans; Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-19, Child Labor/Cooperation with Authorities and Remedies (Jan 2006); 52.225-1, Buy American Act--Supplies (Jun 2003); 52.232-34 Payment by Electronic Funds Transfer ' Other Than Central Contractor Registration (May 1999); 52.225-15, Sanctioned European Union Country End Products (Feb 2000); 52.232-35, Designation of Office for Government Receipt of Electronic Funds Transfer Information (May 1999). FAR Provision FAR 52.212-3, Offeror Representations and Certifications'Commercial Items (MAR 2005) applies to this acquisition. The full text of a FAR clause or provision may be accessed electronically at .http://www.acqnet.gov/far. Following are the proposal Preparation Instructions/Evaluation for Award: Offerors shall enter a unit for each of the CLINs set forth herein. One award will be made for all of the CLINs to the low priced, responsible offeror that provides the products and services identified in the RFQ within the delivery requirements specified. Please note tht such evaluation criteria must be articulated in the solicitation to the extent required by such regulations and/or guidelines. CCR Requirement: Company must be registered on Central Contractor Registration(CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at .http://www.ccr.gov. Offers must be valid for 14 calendar days. No exceptions or qualifications will be accepted. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions of comments New equipment ONLY, NO remanufactured products, and NO "gray market" Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov Buyers and Sellers agree to use FedBid.com as an independent Venue for buying and selling goods or services, respectively. It is understood that FedBid ranks all bids by price, regardless of the evaluation criteria used by the buyer. Buyers and Sellers understand that a Buyer always maintains all rights assigned under their contracting authority (best value to the government - see FAR 2.101) and/or applicable acquisition regulations, and may select the most advantageous bid for the governments purpose while considering offline factors such as delivery, past performance, socio-economic classifications, and source rotation. IF AN ALTERNATE PRODUCT IS FURNISHED UNDER A CONTRACT OR ORDER FOR AN EXACT PRODUCT, THE ALTERNATE PRODUCT WILL BE AN UNAUTHORIZED SUBSTITUTION, AND MAY YIELD CRIMINAL PENALTIES IN ADDITION TO ANY CIVIL REMEDIES AVAILABLE TO THE GOVERNMENT. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with 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 S-AQMPD-06-Q-1049 and is issued as a request for quotes (RFQ). (Continued) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 05-09. The order type is firm fixed price. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430. The solicitation pricing on .www.FedBid.com will start on the date this solicitation is posted and will end on Friday, June 9, 2006 at 4:00 p.m. Eastern time (in effect at the time quotes are due) or as otherwise displayed at .www.FedBid.com. FOB destination is Arlington, Virginia. DS/OFM requires the Oracle products and services to be procured on a brand name only basis. Therefore, 41 USC 253(c)(1), Only one responsible source and no other supplies will satisfy agency requirements, implemented by Federal Acquisition Regulation (FAR) Part 6.302-1 (c), is cited at the statutory authority. The Department's Bureau of Diplomatic Security, Office of Foreign Missions requires the Oracle licenses and first year support listed in the combined synopsis/solicitation to provide a Services Oriented Architecture ESB to the intelligence community on issues pertaining to National Security. DS/OFM requires these new licenses and support in order to provide services to intelligence agencies within and outside of the State Department. Federal, State, and Local Law Enforcement Agencies will benefit greatly from these services by receiving information pertaining to Foreign Diplomats, their dependents, and staff in a real-time environment Oracle is the Dos Information Technology Change Control Board (ITCCB) change management-approved addition of the Oracle database products to the DoS baseline. However, ITCCB approval for use within the Department doe not constitute an official endorsement of the product by the Department nor does it mean that it is mandated as the database product to be used. This approval is not to be confused with 'standardization' of a product as an authorized exception to full and open competition pursuant to FAR 6.302-1(b)(4). To date, the DoS has invested significantly in Oracle as its relational database technology to support multiple business applications, such as Diplomatic Security and Consular Affairs applications, surveillance detection database management systems, human resource applications, integrated investigative management systems, integrated personnel management systems, and medical services electronic record systems. By allowing DS/OFM the ability to obtain Oracle's SOA/BPEL software and Licensing, DS/OFM will have the opportunity to provide real-time data transfers to all Intelligence Agencies that have a need to know of the information contained within the TOMIS Database. All processes and transaction will be conducted over a secure network, utilizing an Ingrian SSL System, via a secure FTP Server. Having this flexibility allows DS/OFM the ability to transfer data outside of the State Department in a very secure manner to other agencies and provide this data in almost any format requested. The TOMIS Database currently resides on the Oracle 9i database, which will be upgraded to Oracle 10g Database prior to deploying in conjunction with the SOA/BPEL Solution. The actual use of the Oracle database application is transparent to the end user. DS requires theses licenses and support on a brand name basis in order to provide continued access to the large Oracle and Oracle-based databases that deliver customer services to DS employees at domestic and overseas locations. There are currently over 300 Oracle databases in use throughout DS. The availability, security, and integrity of these DoS information systems and data can only be ensured through the licensed use of Oracle products and services. To protect government facilities, the Bureau of Diplomatic Security, Office of Foreign Missions (DS/OFM) uses Oracle databases. For example, the following Oracle databases are currently deployed worldwide in support of its mission. *Personnel Security and Suitability - to ensure all DoS personnel are properly screened prior to issuance of security clearances and/or access to sensitive department information. *X-Ray Program ' to allow overseas State Department facilities to screen for explosives and other harmful materials. *Vehicle Barrier ' to provide specialized technical assistance and repair services for vehicle barriers at DoS facilities overseas. *Explosive Detection ' prevents the prospect of a terrorist attack by deterring or detecting an attempt to use explosive devices. *TOMIS ' to allow State Department entities, around the world, the ability to access and view the Foreign Diplomatic community Privileges and Immunities granted by the United States. All of these systems undergo rigorous test and evaluation, certification and accreditation, user acceptance, and ITCCB approval before deployment to DoS users. In addition, there is a significant investment in developing technical documentation and training courseware and providing the training to users, system administrators, developers, and maintainers. To re-create this process and provide the deliverables for another product would require a significant investment of time and funds in addition to the license/maintenance costs of keeping the existing databases operational until the security and supportability of the replacement product could be assured. Therefore, these requirements preclude consideration of a product manufactured by another company.
 
Web Link
www.fedbid.com (a-28102, n-2553)
(http://www.fedbid.com)
 
Place of Performance
Address: Washington, DC 20008
Zip Code: 20008
Country: US
 
Record
SN01065741-W 20060610/060608221949 (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.