Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2007 FBO #2018
SOLICITATION NOTICE

70 -- Global Enterprise Licenses (Client and Server) Agreement for electronic communications and messaging software product and associated services

Notice Date
12/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Commerce, Office of the Secretary, Commerce Acquisition Solutions, Office of the Secretary, 14th & Constitution Avenue NW Room 6514, Washington, DC, 20230, UNITED STATES
 
ZIP Code
20230
 
Solicitation Number
CM1301-7-RQ-0005
 
Response Due
1/9/2007
 
Point of Contact
Michael Knowles, Contracting Officer, Phone 202-482-6437, Fax 202-501-8122, - Lottie Plater, Contracting Officer, Phone 202-482-3552, Fax 202-482-4988,
 
E-Mail Address
mknowles@doc.gov, lplater@doc.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Only those Large Account Resellers (LAR) under GSA Schedule 70, Information Technology (IT) Schedule, Special Item Number (SIN) 132-33, Perpetual Software Licensees will be considered for award. The performance period of this contract may not extend beyond the Contractors GSA Master Contract performance period. All performance under this contract must be completed by no later than the end date of the final year of the Contractors GSA contract, unless the Contractors Master contract has been modified to extend the period of performance or it is renewed. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is CM1301-7-RQ-0005. The solicitation is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14. The full text of clauses referenced herein may be accessed electronically at http://www.acqnet.gov/far/. The requirements will be fulfilled using the Simplified Acquisition procedures, Part 13 of the FAR, and the test program authorized in FAR 13.5 for acquisitions of commercial items not in excess of $10 Million. This acquisition is 100% set aside for small business. The NAICS code is 423430 and the associated small business size standard is 100 employees. The Government intends to award up to three (3) firm-fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) delivery order contracts for server and client licenses of an Electronic Communications and Messaging software product and associated services. The software product must contain a fully integrated desktop client and product suite which includes: email, calendar, task, contacts, instant messaging, global address, web access, and directory services (if required). The associated services will include all maintenance (patches), version upgrades, and technical support. The Government intends to make an award of an IDIQ delivery order contract(s) covering the following specific products: Microsoft solution, Lotus solution, and Sun solution. These products represent over ninety percent (90%) of the DOC user and entertaining additional products would create a substantial duplication of cost to the department that is not expected to be recovered through competition and would cause unacceptable delays in fulfilling Department of Commerce (DOC) requirements. The Justification for Approval is available upon request. The DOC intends to order the minimum quantity from each contract awarded for the purpose of an internal evaluation of products and services to determine the degree of fitness in meeting internal requirements of each of the above solutions within the DOC current computing environment. Quoters are free to propose one or more than one of the three product solutions however; the Government anticipates it will continue to exercise additional orders and options with one solution provider for one product solution. Note, the Department of Commerce further reserves the right not to make any award if that action is in its best interest after concluding the review of the quotes, and is subject to availability of appropriate funding. All interested LAR Quoters shall provide a quote for the following line items: BASE PERIOD-Effective Date of Award through twelve (12) Months Thereafter: Contract Line Item Number (CLIN) 0001-Global Enterprise Licenses (Client and Server) Agreement for electronic communications and messaging software product and associated services CLIN 0002-Maintenance of product and technical support; CLIN 0003-Support for Installation/Testing of Software for ten (10) consecutive business days; OPTION PERIOD I-13th Month through 24th Month: CLIN 0004-Global Enterprise Licenses (Client and Server) Agreement for electronic communications and messaging software product and associated services CLIN 0005-Maintenance of product and technical support; OPTION PERIOD II-25th Month through 36th Month: CLIN 0006-Global Enterprise Licenses (Client and Server) Agreement for electronic communications and messaging software product and associated services; CLIN 0007-Maintenance of product and technical support; OPTION PERIOD III-37th Month through 48th Month: CLIN 0008-Global Enterprise Licenses (Client and Server) Agreement for electronic communications and messaging software product and associated services, CLIN 0009-Maintenance of product and technical support; OPTION PERIOD IV-49th Month through 60th Month: CLIN 0010-Global Enterprise Licenses (Client and Server) Agreement for electronic communications and messaging software product and associated services; CLIN 0011-Maintenance of product and technical support. During the period specified in the ORDERING clause (FAR 52.216-18), the government shall place orders totaling a minimum of 10 client seats and a maximum 50,000 client seats and appropriate number of server licenses and assurances for the Department of Commerce. The Department of Commerce, intends to consolidate its electronic communications and calendaring infrastructure to a single client and server application product suite. The basic tasks that will be required of the contractor is managing of software licenses, software maintains, credits and debits from truing up or truing down in each performance period. The environment within the DOC community is as follows [Approximately]; Microsoft users 15, 000, Lotus users 15,000, Sun users 15,000, and Other products users 5,000. The contractor shall submit invoices for received deliverables as follows: provide an original invoice for payment to the Department of Commerce, National Institute of Science and Technology (NIST) Accounts Payable Office at: NIST Accounts Payable Office, Bldg 101, Room A-836 MS, 1621; 100 Bureau Drive; Gaithersburg MD, 20899. Telephone: (301) 975-2261; Fax: (301) 975-8283; Email: invoice@nist.gov. NIST will forward the invoice and a payment authorization form (NIST-162 Form or other document/voucher authorizing Government payment) to the COR or COTR. The COR/COTR will return the invoice and the signed payment authorization form to NIST for payment. The Contractor will be required to perform the work in CLIN 0003 at a location designated by the Department of Commerce within the Washington D.C. Metro area. The provision at 52.212-1, Instructions to Quoters-Commercial, applies to this acquisition. In accordance with FAR 52.212-1, Quoters must show the solicitation number, the time specified in the solicitation for receipt of offers, the name, address, and telephone number of the offeror, a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements, price, remit to address, if different than mailing address. Quoters must include a completed copy of the provision at FAR 52.212-3, Quoters Representations and Certifications-Commercial Items, with its offer. If the quote is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in this solicitation. FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. When exercising option periods or negotiating new contracts that pre-date SmartBUY, agencies must transition to SmartBUY or have waiver approval from GSA and include a standard clause in their contracts addressing price redetermination and migration to SmartBUY agreements. This clause currently states: If during the term of this contract, ___________(vendor) or its resellers enter into an agreement with the General Services Administration under the SmartBUY Initiative - which includes pricing for the specific products or services similar to those licensed under this contract, that is less than the pricing under this contract, ___________(vendor) will enter into good faith negotiations to lower its prices to its reseller(s), and thus this contract, consistent with the similar terms and conditions of the SmartBUY agreement, or allow these requirements to move to the SmartBUY agreement at the Government's option, with full credit for all funds paid under this contract. (If there are no resellers, references to them are dropped.) FAR 52.215-1 Instructions to Offerors-Competitive Acquisition, provides in part: The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror initial proposal should contain the offeror best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. See FAR 52.215-1(4)(f). The full text of FAR 52.215-1 is incorporated by reference. The Government intends to award contracts resulting from this solicitation to the responsible quoters whose offer conforming to the solicitation is the most advantageous to the Government, price and other factors considered. The evaluation factors are: (1) Business Arrangement: Quoters shall indicate how their proposed solution will provide quality, effectiveness and efficiency to achieve the DOC goal of consolidation of its email and calendaring communications. The quoter shall describe, at a minimum, how licenses currently owned by the Government will be managed and transitioned, tools/software to be used for tracking of all ordered and owned licenses, maintenance of the products and technical support, truing up and truing down schedules, and a proposed payment schedule, and the DOC-wide Enterprise Agreement, (2) Past Experience: Quoters shall provide three (3) references for which the quoter has provided products, services similar in size and scope to those under this Quotation. The Quoter shall include the company/agency name, Point of contact, telephone number; fax number and e-mail address, (3) Past Performance: Quoters shall provide at lease three projects within the last 3 years that display the Quoters past performance with procurements of similar size and scope as to those under this requirement as an authorized software provider, and (4) Price: Quoters shall provide a firm-fixed unit price for each CLIN including Optional CLINs and this material shall include all pricing assumptions. For pricing evaluation assume that 40% of the total user population will be acquired in the Base Year and 60% in the First Option Year. Factor (1) and Factor (4) are approximately equal, but individually and collectively are more important than Factors (2) and (3). FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), 52.219-6, Notice of Total Small Business Set-Aside (June 2003), 52.219-14, Limitations on Subcontracting (Dec 1996), 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Arp 2002), 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), 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Other clauses included are FAR 52.216-18, Ordering (Oct 1995), FAR 52.217-9, Option to extend the Term of the Contract (Mar 2000) and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer (Dec 1996) (which can be found at http://oamweb.osec.doc.gov/CAPPS_car.html). In order to submit a complete response to this RFQ, Quoters shall submit, at a minimum, the following information by the date and time specified for receipt of all quotes: (1) Business Arrangement: not-to-exceed 10 pages demonstrating how the quoters proposed solution will provide quality, effectiveness and efficiency to achieve the DOC goal of consolidation of its email and calendaring communications. The quoter shall describe, at a minimum, how licenses currently own by the Government will be managed and transitioned, tools/software to be used for tracking of all ordered and owned licenses, maintenance of the products and technical support, truing up and truing down schedules, a proposed payment schedule, and the DOC-wide Enterprise Agreement, (2) Past Experience: not-to-exceed 1 page per reference and shall include references for which the Quoter has provided products and services similar in size and scope to those under this Quotation. The Quoter shall include the company/agency name, Point-of-Contact, telephone number; fax number and e-mail address, (3) Past Performance: not-to-exceed 2 page describing past performance with procurements of similar size and scope as to those under this requirement as an authorized software provider, and (4) Price: Quotes shall include pricing for all CLINs and this element has no page limitations. All Quoters shall provide a firm-fixed unit price for each CLIN including optional CLINs and this material shall include all pricing assumptions. For purposes of the pricing evaluation assume that 40% of the total user population will be acquired in the Base Year and 60% in the First Option Year. In addition to the immediate requirement described in this RFQ, DOC may order additional quantities up to the maximum in each CLIN by issuance of orders in accordance with FAR 52.216-18, Ordering (Oct 1995). The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. All Quotes shall be typed, single-space, utilizing any font supported by Microsoft Office. Font size must be readable to the human eye without strain, and printed, unreduced in size, on 8-1/2 inch by 11 inch paper, not exceeding the page limitations stated above. Fold out pages (Not-to-Exceed two (2) folds) will count as one page. Graphs, table font, and graphics font size must be readable to the human eye without strain. The Government must be able to read ALL text. Any pages in excess of the page limits will be disregarded, and will not be included in the evaluation. Any font that is not readable to the human eye without strain will be REJECTED from the evaluation and shall not be considered for award. All Quoters shall submit (10) CD-ROMs containing an electronic copy of the response in Word (.doc) format, with three (3) original paper copies of its offer to U.S. Department of Commerce, CAS, OS Business Solutions Team, Sol: CM1301-7-RQ0005, 14th & Constitution Ave. N.W., Room 6520, Washington, DC 20230, Attn: Michael W. Knowles. The closing date for receipt of proposals is 12:00 PM local time, January 9, 2007. FAX and EMAIL SUBMISSIONS SHALL NOT BE ACCEPTED. Questions regarding this acquisition should be forwarded to Michael W. Knowles: 202-482-6437, email mknowles@doc.gov. This combined synopsis/solicitation shall not be construed as a commitment of any kind. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-DEC-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 04-JUN-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/OS/OAM-OSBS/CM1301-7-RQ-0005/listing.html)
 
Place of Performance
Address: U.S. Department of Commerce, CAS, OS Business Solutions Team, 14th & Constitution Ave. N.W., Room 6520, Washington, DC
Zip Code: 20230
Country: UNITED STATES
 
Record
SN01310131-F 20070606/070604222005 (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.