Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
MODIFICATION

70 -- Remedy Software

Notice Date
9/25/2007
 
Notice Type
Modification
 
Contracting Office
1701 N Fort Meyer Drive, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1019-732494
 
Response Due
9/26/2007
 
Archive Date
3/24/2008
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
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, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 1019-732494 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 334611 with a small business size standard of 500 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-09-26 14:00:00.0 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, LP829.0.0.00, BMC Remedy Service Desk Application & AR System, 1, EA; LI 002, LA438.0.0.00, BMC Remedy Service Desk & AR System Fixed 1-Pk Lsn, 5, EA; LI 003, LA444.0.0.00, BMC Remedy Service Desk & AR System Flt 1-Pk Lsn, 5, EA; LI 004, LPS10.0.0.00, BMC Service Level Management & BMC Remedy Flashboards, 1, EA; LI 005, LABM2.0.0.00, BMC Service Level Management Flt 1-Pk Lsn, 3, EA; LI 006, LPBSD.0.0.00, BMC Dashboards for Business Service Management, 1, EA; LI 007, LPBSD.0.0.00, BMC Dashboards for Business Service Management User, 5, EA; LI 008, BMC Service Request Management, 1, EA; LI 009, BMC Service Request Management User Add On 50-Pk Lsn, 1, EA; LI 010, RYS07.0.0.00, Aeroprise Mobile Gateway for BMC Remedy - Server License, 1, EA; LI 011, RYS07.0.0.00, Aeroprise Mobile Gateway for BMC Remedy - User License, 5, EA; LI 012, LA387.0.0.00, BMC Remedy Service Desk Application Dev Lsn, 1, EA; LI 013, LA440.0.0.00, BMC Remedy Service Desk & AR System Fixed 1-Pk Dev Lsn, 5, EA; LI 014, LABL4.0.0.00, BMC Service Level Management Dev Lsn, 1, EA; LI 015, LABL8.0.0.00, BMC Service Level Management Fixed 1-Pk Dev Lsn, 5, EA; LI 016, BMC Service Request Management Dev Lsn, 1, EA; LI 017, LP763.0.0.00, BMC Remedy Change Management Application, 1, EA; LI 018, LA320.0.0.00, BMC Remedy Change Management Fixed 1-Pk Lsn, 5, EA; LI 019, LA322.0.0.00, BMC Remedy Change Management Flt 1-Pk Lsn, 5, EA; LI 020, LALA7.0.0.00, BMC Remedy Change Management Dashboard Lsn, 1, EA; LI 021, LA188.0.0.00, BMC Remedy Change Management Application Dev Lsn, 1, EA; LI 022, LA321.0.0.00, BMC Remedy Change Management Fixed 1-Pk Dev Lsn, 5, EA; LI 023, LALD7.0.0.00, BMC Remedy Change Management Dashboard Dev Lsn, 1, EA; LI 024, LA1MK.0.0.00, BMC Remedy Knowledge Management Flt Lsn Add On, 5, EA; LI 025, LA1MM.0.0.00, BMC Remedy Knowledge Management Self Service Lsn Add On, 5, EA; LI 026, LP1MP.0.0.00, BMC Remedy Knowledge Management Application With 1 User, 1, EA; LI 027, LP1MR.0.0.00, BMC Remedy Knowledge Management Fixed Lsn Add On, 5, EA; LI 028, LPBLJ.0.0.00, BMC Analytics for BSM, 1, EA; LI 029, LAU11.0.0.00, BMC Analytics for BSM Dev Lsn, 1, EA; LI 030, LAU13.0.0.00, BMC Analytics for BSM Flt 1-Pk Lsn, 5, EA; LI 031, LYT07.0.0.00, AlarmPoint Professional Service Level Edition by AlarmPoint Systems - base, 1, EA; LI 032, LYT07.0.0.00, AlarmPoint Professional Service Level Edition by AlarmPoint Systems - 50 users, 1, EA; LI 033, LYT09.0.0.00, AlarmPoint Professional Fail-Over Service Level Edition by AlarmPoint Systems, 1, EA; LI 034, (Support) BMC Fast-Track Support (through 12/31/07), 1, LOT; 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 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 vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors 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. 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 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 offerors require additional clarification, notify the point of contact or 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. The vendor may not substitute any item listed on this order with out prior, written approval from the USDOS Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specification of this RFQ. Items that do not confirm to descriptions and part numbers found in this RFQ will be rejec 0044 ted at the time of delivery causing a return at the vendors expense. Bid MUST be good for 30 calendar days after submission New equipment ONLY, NO remanufactured products 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 SHIPPING A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. The BMC Remedy Software Licenses and support listed have been identified as key components of the Department of State infrastructure. The use of brand name description is esential to the Government's requireemtns, for Departmenet of State infrastructure connectivity requireemtns, tehreby precluding consideration fo teh products of anotehr company. Use of such software which has not been tested by teh Deparmtne nore been proven in field use may result in software compatibility conficts, increase teh complexity of integration, and may not be compatible with the Department of IT consolidation requirements. IRM has identified the software listed as a key component of teh Department's IT consolidation. Software listed above is required to provide teh automation and integration of Information Technology Infrastructure Libraray (ITIL) best practice processes for IT service management. The software listed is designed with hightly integrated modules to support each of teh ITIL Processes and Functions. THe integration provides a substantial increased capability for operational efficiency and significant decrease in maintenance erquirements due to common core functions and reuse of common code in related modultes. Department of State already own licenses for the Core Module and two Supporting Modules. BMC is te sole provider for modules that integrate into the existing BMC Remedy system that the Departmetn of State is currently using. Use of other software which has not been tested byt the department for compatibility with the existing BMC Remedy system will cuase unacceptable delays to the IT consolidation. As this is a brand name only justification, no one contratctors unique qualifications are cited as teh basis for this justification. Rather, the products identified by brand name herein have been determined to be teh only items that meet the Department's requirements as a key componenet of the Department's IT consolidation. Additionaly, the use of a brand name description is essential to the Governement's requirements, for Department of State infrastructure connectivity requirements, thereby precluding consideration of the products of another company.
 
Web Link
www.fedbid.com (b-52328_03, n-9065)
(http://www.fedbid.com)
 
Place of Performance
Address: Washington, DC 20520
Zip Code: 20520
Country: US
 
Record
SN01420015-W 20070927/070925223423 (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.