Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2007 FBO #1952
MODIFICATION

70 -- REMEDY SUPPORT

Notice Date
3/30/2007
 
Notice Type
Modification
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1045-745805
 
Response Due
3/22/2007
 
Archive Date
9/18/2007
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE: This is a sources sought notice, which constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 1045-745805 and is issued as a request for quotation (RFQ). If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this sources sought notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 37883_03. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the seller's name or the seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-03-22 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20037 The Department of State requires the following items, Exact Match Only, to the following: LI 001, Remedy Help Desk for the Enterprise & AR System Floating 5-pk Lsn P/N: HD-LC-5FLFU , 1, EA; LI 002, Remedy Help Desk for the Enterprise & AR System Flt 5-Pk Lsn P/N: HD-LC-5FLFU, 4, EA; LI 003, Remedy Help Desk for the Enterprise & AR System Flt 5-Pk Lsn P/N: HD-LC-5FLFU, 1, EA; LI 004, BMC REMEDY ASSET MANAGEMENT APPLICATION, AM-EN-APP-NT, P0 400742, BMC FAST TRACK SUPPORT, 5441-13, 989686, 1, EA; LI 005, Remedy Change Management Application P/N: CM-EN-APP-NT, 1, EA; LI 006, Remedy Service Desk application & AR System P/N: HD-EN-AR-NTX, 1, EA; LI 007, Remedy SLA for the Enterprise/Flashboards Application P/N: SLA-FB-WI, 1, EA; LI 008, Remedy Change Management Fixed 5-Pk Lsn P/N: CM-LI-5FI, 1, EA; LI 009, Remedy Asset Management Fixed 5-Pk Lsn P/N: AM-LI-5FI, 1, EA; LI 010, Remedy Service Desk & AR System Fixed 5-Pk Lsn P/N: HD-LC-5FIFU, 12, EA; LI 011, Remedy Service Desk & AR System Fixed 5-Pk Lsn P/N: HD-LC-5FIFU, 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, 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 Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid 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. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov FOB DESTINATION CONUS ALL BOXES AND CONTAINERS MUST BE CLEARLY MARKED WITH THE REQUISITION REFERENCE NUMBER FOUND IN BLOCK 4, OF 347 ORDER FOR SUPPLIERS AND SERVICSE. SHIPPING DOCUMENTS WILL CELARLY LIST EACH ITEM AND THE QUANTITY SHIPPED AS CONTAINED WITHIN BOXES OR CONTAINERS. IF SINGLE LINE ITEMS HAVE BEEN ASSEMBLED INTO MAJOR COMPONENT, SHIPPING DOCUMENTS MUST ACCOUNT FOR THE INDIVIDUAL ITEMS SHIPPED WITHIN THE MAJOR COMPONENT Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov New equipment ONLY, NO remanufactured products, and NO "gray market" BIDS MUST BE VALID FOR 30 DAYS. NO EXCEPTIONS OR QUALIFICATIONS. NEW ONLY. NO REFURBISHED. NO RECONDITIONED ITEMS ARE ACCEPTABLE. The Office of Acquisition Management (A/LM/AQM), Department of State (DoS), is processing this acquisition at the request of the CA/CST. 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 is renewing their support contract for the Remedy Help Desk Application Software as well as the licenses that they currently have from a previous procurement of Remedy. They will be utilizing this support during ad after the DO/PPT Help Desk integration; it is imperative that this product support be renewed. The following is a description of the services required which will be renewed with the award of this requisition: 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. As this is a brand name only justification, no one contractor?s unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet the Department?s requirements as a key component of the Department?s networking system. This requisition is to renew the existing support contract and licenses which is justified by the following qualifications, unique to this requirement: The BMC Remedy ITSM suite has been in use in DO since August 2005. Internal and external groups utilize this system to inform and resolve problem areas and to manage the process of issue resolution. Prior to last August, the programs used by DO to track trouble tickets and assets had traditionally been customized, internally developed applications. Based on many analyses, DO moved from the custom application to an ?out-of-the-box? solution that leverages industry standards and realigned business processes with industry best practices. It has been recommended, based on a cost-benefit analysis, to configure a development environment for: ? Conducting development efforts ? Testing developed products ? Compatibility testing ? Use case scenario testing ? Infrastructure change testing and evaluation ? Training ? Demonstrations 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 # 32102. CHANGED LINE ITEM 004 CHANGED LINE ITEM 001
 
Web Link
www.fedbid.com (b-37883_03, n-5441)
(http://www.fedbid.com)
 
Place of Performance
Address: Washington, DC 20037
Zip Code: 20037
Country: US
 
Record
SN01262946-W 20070401/070330220533 (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.