Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
SOLICITATION NOTICE

70 -- VMware Software

Notice Date
7/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2VVJ67039A100
 
Response Due
7/30/2007
 
Archive Date
8/14/2007
 
Small Business Set-Aside
8a Competitive
 
Description
This is a combined synopsis/solicitation for a commercial supplies and/or services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. This is a Request For Quote (RFQ) and the solicitation numbers are F2VVJ67039A100 and F2VVJ67130A100. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following item: VMware Licenses, Services, and Maintenance Support. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 effective 15 May 2007, DFAR DCN 20070531, and AFFAR AFAC 20070531. The North American Industry Classification System code (NAICS) is 443120, Computer and Software Stores. The Standard Industrial Classification (SIC) is 5734, Prepackaged Software. This requirement is being solicited as 8(a) small business only, size standard not to exceed $8,000,000.00. In addition, FedBizOps Numbered Notes per FAR Part 5.207-13(e) apply: 12 and 13. A firm fixed price contract will be awarded. All interested parties must bid on all items. DESCRIPTION OF REQUIREMENT: Already maintain (48 each) Platinum VM infrastructure Enterprise for 2CPU, VI-ENT-P-SSS-C-R (1 each) Platinum P2V Assistant 2, Enterprise Edition, P2V2-ENT-P-SSR-R (1 each) Platinum VirtualCenter Management Server, VI-VCMS-P-SSS-C-R The above Period of Performance will be Sep 01, 2007 to Aug 31, 2008 (30 each) Platinum VM Infrastructure Standard for 2CPU, VI-STD-P-SSS-C-R (3 each) Platinum VirtualCenter Management Server, VI-VCMS-P-SSS-C-R (24 each) Platinum Vmotion for 2-CPU, VI-VMOT-P-SSS-C-R The above Period of Performance will be Mar 31, 2007 to Aug 31, 2008 Please add any applicable reinstatement fees as a separate CLIN New items to purchase (11 each) VirtualCenter Management Server, VI-VCMS-C (11 each) VirtualCenter Management Server Platinum Support 3 years, VI-VCMS-P-SSS-3YR-C All quotes shall provide pricing for each individual CLIN. This requirement is for a Brand Name only. Award will be made to the quotation which offers the best value to the government. The Government also reserves the right to make no award at all. DELIVERY ADDRESS: Item is to be procured on behalf of United States Central Command (USCENTCOM), PSF Building 947, 8410 Marina Bay Drive, MacDill AFB, FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 6.302-1(c), Brand Name; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37--Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-33 Payment By Electronic Funds Transfer--Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 (Alt A), Central Contractor Registration (52.204-7) Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 30 July 2007 by 8:00AM EST. Submit offers or any questions to the attention of Joyce Wright, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to joyce.wright@macdill.af.mil. DEMONSTRATION THAT THE CONTRACTOR?S UNIQUE QUALIFICATIONS OR NATURE OF THE ACQUISITION REQUIRES THE USE OF THE AUTHROITY CITED ABOVE (APPLICABILITY OF AUTHORITY). VMware virtual software is currently being used throughout the United States Central Command (USCENTCOM). The VMware virtual software allows all USCENTCOM users to have global access anytime anywhere. It is designed with USCENTCOM mission-critical applications and environments. To purchase another brand of software would mean forfeiting software currently valued over $400K and absorbing the costs and efforts (i.e., new software cost, time to employ new software program, and training of personnel) involved in procuring and implementing another virtual software program across the entire command. It is not reasonable nor is it cost effective to purchase another software program when it too would require continual service and maintenance support.
 
Place of Performance
Address: United States Central Command (USCENTCOM), PSF Building 947, 8410 Marina Bay Drive, MacDill AFB, FL
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01346923-W 20070721/070720001657 (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.