Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2006 FBO #1760
MODIFICATION

70 -- REMEDY SOFTWARE

Notice Date
9/19/2006
 
Notice Type
Modification
 
Contracting Office
P.O. Box 9115, Arlington, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1045-646810
 
Response Due
9/20/2006
 
Archive Date
3/19/2007
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: 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 1045-646810 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 05-09. 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 a [ Small Business ] set-aside and only qualified 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 Wednesday, September 20, 2006 at 16:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be WASHINGTON, DC 20520 The Department of State requires the following items, EXACT MATCH ONLY, to the following: LI 001, Remedy Help Desk for the Enterprise Application & AR System Dev Lsn P/N LA425.0.0.00, 1, EA; LI 002, Remedy Help Desk for the Enterprise & AR System Fixed 1-Pk Dev Lsn P/N: LA440.0.0.00, 2, EA; LI 003, Remedy Change Mgmt for the Enterprise Application Dev Lsn P/N: LA1880.0.0.00, 1, EA; LI 004, Remedy Change Mgmt for the Enterprise Fixed 1-Pk Dev Lsn P/N: LA3211.0.0.00, 5, EA; LI 005, Remedy Asset Mgmt for the Enterprise Application Dev Lsn. p/n LA233.0.0.00, 1, EA; LI 006, Remedy Asset Mgmt for the Enterprise Fixed 1-Pk Dev Lsn P/N: LA243.0.0.00, 5, EA; LI 007, Remedy SLA for the Enterprise Application With 5 Users Dev Lsn P/N: LA546.0.0.00, 1, EA; LI 008, Remedy Migrator, P/N: LP808.0.0.00, 1, EA; LI 009, Prorate Support: Covers 2.43 months before current product support expires., 1, 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 Kathleen Mejia at mejiakj@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions 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. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 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. 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. REMEDY AUTHORIZED SELLERS ONLY. MUST BE ABLE TO PRODUCE DOCUMENTATION OF AUTHORIZATION FROM REMEDY. This Justification and Approval (J&A) on a brand name only basis is for the use of Remedy licenses. The use of a brand name description is essential to the Government?s requirements, for Department of State infrastructure connectivity requirements, thereby precluding consideration of the products of another company. CA/CST/DO needs programming capability to implement the new Remedy system. These software development licenses will be used to create a developmental/test environment for the ARS-DO implementation of the Remedy ITSM products suite. As well as creating a separate development/test environment for ARS-DO Remedy, these licenses will also allow the DO-Training team to train users using a mirror image of the current product database without impacting the production dataset. The value enhancement of a development environment is the ability to leverage additional features and functionality of the BMC Remedy product line. Additionally, the environment can be torn down and rebuilt with an exact replica of production environment resources at any time without affecting the productions environment. (4) An identification of the statutory authority permitting other than full and open competition. The 41 USC 253(c)(1), and FAR 6.302-1 are cited at the statutory authority. (4) An identification of the statutory authority permitting other than full and open competition. The 41 USC 253(c)(1), and FAR 6.302-1 are cited at the statutory authority. The project team has received a dedicated server intended for use as a development and testing server. It has been configured and is currently using temporary demo licenses obtained from BMC. These temporary licenses allow DO to utilize the server for development and testing on the implemented ITSM modules until the purchase of development licenses is completed. Development and training on the remaining modules cannot be performed in the system?s current state. Using the dedicated server, the project team will apply the development licenses, which will provide the ability to perform development and testing activities for all ITSM modules in an isolated environment. The development environment will mirror the production environment in every aspect possible. Changes made in the development environment can be: Duplicated in the production environment which will be the case with successfully tested and approved changes Rolled back in the case of failed changes, unapproved changes, and after each training session to reset the databases, allowing the next training session to be conducted Separating the development from the production environment is an industry best practice. The greatest benefit of the development environment will be that all changes that might cause a service disruption are isolated. Additionally, if developmental efforts have to be performed in the production environment, DO?s Remedy ITSM suite would be significantly impeded. Support Contract ID: 32102
 
Web Link
www.fedbid.com (b-33217_01, n-3714)
(http://www.fedbid.com)
 
Place of Performance
Address: WASHINGTON, DC 20520
Zip Code: 20520
Country: US
 
Record
SN01147909-W 20060921/060919220316 (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  © 1994-2020, Loren Data Corp.