Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2008 FBO #2252
MODIFICATION

70 -- Combined synopsis solicitation Symantec

Notice Date
1/24/2008
 
Notice Type
Modification
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Treasury, Comptroller of the Currency (OCC), Acquisition Management (AQM), 250 E Street, SW Mail Stop 4-13, Washington, DC, 20219, UNITED STATES
 
ZIP Code
20219
 
Solicitation Number
TCC08HQQ0017
 
Response Due
1/28/2008
 
Archive Date
2/12/2008
 
Point of Contact
Brian Carper, Contract Specialist, Phone 202-874-1036, Fax 202-875-5625
 
E-Mail Address
brian.carper@occ.treas.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested, and a separate written solicitation will not be issued. The solicitation number for this RFQ is CC-08-HQ-Q-0017. All firms or individuals responding must be registered with the Central Contractor Registration (CCR), which can be found at http://ww.ccr.gov/. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23 and DCN 20060412. The OCC anticipates award of a firm fixed price purchase order with period of performance 02/01/08 through 01/31/09. The anticipated award date is on or about 29 Jan 2008. This requirement is set-aside 100% for Service Disabled Veteran Owned Small Business. NAICS: 423430 Number of Employees: 100 Mfr: Symantec Brand Name Only (Brand Name Justification Attached) Provided below is a list of contract line items (1-12): 1. Symantec Backup Exec 11d for Windows Servers Agent for Windows System W/Symantec Backup Exec Remote Agent for Windows Servers and CPA-Essential Support 1 server Quantity - 154 2. Symantec Backup Exec 11d for Windows Servers Agent for Microsoft SQL Server - W/Symantec Backup Exec Agent for Windows Systems - Essential Support (1 year) - 1 Server - Quantity-3 3. Symantec Backup Exec 11d for Windows Servers Library Expansion Option Essential Support (1 year) - 1 drive - Quantity - 15 4. Symantec Backup Exec l1d for Windows Servers Agent for Microsoft Exchange Server -W/ Symantec Backup Exec Agent for Windows Systems - Essential Support (1 year) - 1 server - Quantity - 15 5. Symantec Backup Exec11d for Windows Servers Intelligent Disaster Recovery Option -Essential Support (1 year) - unlimited clients ? Quantity - 3 6. Exp Be 11D San Share Stor-Opt Netapp Promo Ess 12M Symantec Express - Quantity - 100 7. Symantec Backup Exec 11d for Windows Servers SAN Shared Storage Option-Essential Support (1 year) - 1 server - Quantity - 12 8. Symantec Backup Exec 11d for Windows Servers Central Admin Server Option - Essential Support (1 year) - 1 server - Quantity - 10 9. Symantec Backup Exec 11d for Windows Servers Advanced Open File Option - W/Symantec Backup Exec Agent for Windows Systems - Essential Support (1 year) - 1 Server - Quantity - 11 10. Symantec Backup Exec 11d for Windows Servers Agent for Windows Systems - W/ Symantec Backup Exec Remote Agent for Windows Servers and CPA- Essential Support (1 year) - 1 server - Quantity -17 11. Symantec Backup Exec 11d for Windows Servers Agent for Microsoft SharePoint Portal Server - W/ Symantec Backup Exec Agent for Windows Systems - Essential Support (1 year) - 1 server - Quantity -1 12. Symantec Backup Exec 11d for Windows Servers Remote Agent for NetWare Servers - Essential Support (1 year) - 1 server - Quantity -2 Price(s) shall be FOB Destination delivery to Attention Paul Marshman, 809 Brightseat Road, Landover MD 20785. In addition to price your quote should include your DUNS number. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/far/index.html?menu_id=40 and http://www.ustreas.gov/offices/management/dcfo/procurement/ 52.212-1 Instructions to Offerors Commercial Items 52.212-2 Evaluation Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whore offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Low Price and Technically Acceptable. 52.212-3 Reps/Certs should be completed on-line at www.bpn.gov. 52.212-4 Contract Terms and Conditions Commercial Items (Sept 2005) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Feb 2006) The following additional clauses cited in FAR 52.212-5 are applicable to this specific acquisition: FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004), FAR 52.222-3, Convict Labor (JUN 2003), FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2006), FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26, Equal Opportunity (MAR 2007), FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998), FAR 52.232-33, Payment by Electronic Funds Transfer CCR (OCT 2003). 1052.212-70(OCC) Supplemental Invoicing Requirements -- Commercial Item (JAN 2003) In addition to the invoicing requirements specified in clause 52.212-4, Contract Terms and Conditions--Commercial Items, of this contract, the following special invoicing requirements also apply to the submission of invoices. (a)(i) The contractor shall submit invoices in a format that replicates the line item (CLIN) and subline item (subCLIN) structure of the contract or, in the case of an order against a contract, the CLIN and subCLIN structure of the order. Each invoice shall provide, by CLIN and subCLIN, the line item number, description, quantity being invoiced, unit of measure, unit price, and current invoiced amount. Each invoice shall sequence CLINs and subCLINs in the same order in which they appear in the contract or order and shall be totaled at the bottom of the invoice. (ii) If the contract allows for the submission of partial or periodic invoices, the contractor shall include an additional column, titled Cumulative Amount, to the right of the Current Invoiced Amount column. In the Cumulative Amount column, the contractor shall enter the total amount that has been billed for each contract line item and subline item through the end of the current invoice period. (iii) The contractor shall submit invoices that conform to the requirements listed in subparagraphs (a)(i) and (ii) above. The contractor shall not deviate from this format without the expressed, written permission of the contracting officer. To further clarify the guidance provided in these paragraphs, a sample, generic invoice accompanies this clause. (b) The contractor shall identify the point of contact (POC) or contracting officers technical representative (COTR) for this contract on the face sheet of all invoices submitted under the contract. The POC or COTR is identified in (b)(ii) below. The contractor shall precede the POC or COTRs name with either a POC or COTR label, as appropriate ( e.g., POC: John E. Doe). (c) The contractor shall submit an original and two copies of each invoice. The contractor shall submit the original and all copies of the invoice at the same time. Submission shall be as follows: (i) The contractor shall submit the original invoice to the designated billing office. The designated billing office for this contract is: Address: Comptroller of the Currency Accounts Payable, FM-2 250 E Street, SW Washington, DC 20219-0001 Telephone: (202) 874-5140 (ii) The contractor shall submit one copy of the invoice to the point of contact (POC) or contracting officers technical representative (COTR), as designated in the contract. The POC or COTR for this contract is: Name: Paul Marshman Comptroller of the Currency 835 Brightseat Road Landover, MD 20785 Telephone: 301. 324.3231 (iii) The contractor shall submit one copy of the invoice to the contracting officer or contract specialist. The contracting officer or contract specialist is: Name: Brian Carper Office of the Comptroller of the Currency Acquisition Management 250 E Street SW Mail Stop FM - 4 Washington, DC 20219 : Telephone: 202.874.1036 (d) The OCC may deem any invoice that does not fully comply with the invoicing requirements specified in 52.212-4, Contract Terms and Conditions -- Commercial Items, and this clause, 1052.212-70(OCC), Supplemental Invoicing Requirements Commercial Item, as an improper invoice and return the invoice to the contractor. (End of clause) Award will be made to a single vendor. If interested e-mail your offer to the contract specialist stated herein. Quotations must be received no later than 12:00 eastern local time, Monday 28 January 2008. The government prefers that all offers are e-mailed to the point-of-contact below with the solicitation number (CC-08-HQ-Q-0017) and contractors name listed in the subject block. The Government primary point-of-contact is Brian Carper, Phone - 202-874-1036 or email brian.carper@occ.treas.gov. Attachment (Amendment 1 adds attachment only): Justification for Brand Name Product or Feature Unique to a Single Manufacturer 1. The OCCs requirement described in Requisition 84022 requires a particular brand name product or feature for reasons indicated below: 2. Restricted to the following brand name: Symantec Backup Exec. 3. Description of the brand name, product or feature unique to a single manufacturer: The following products are required based on the OCC?s current disaster recovery infrastructure. a. Symantec Backup Exec 11d for Windows Servers Agent for Windows System W/Symantec Backup Exec Remote Agent for Windows Servers and CPA-Essential Support 1 server b. Symantec Backup Exec 11d for Windows Servers Agent for Microsoft SQL Server - W/Symantec Backup Exec Agent for Windows Systems - Essential Support (1 year) - 1 Server c. Symantec Backup Exec 11d for Windows Servers Library Expansion Option Essential Support (1 year) - 1 drive d. Symantec Backup Exec l1d for Windows Servers Agent for Microsoft Exchange Server W/ Symantec Backup Exec Agent for Windows Systems - Essential Support (1 year) - 1server e. Symantec Backup Exec11id for Windows Servers Intelligent Disaster Recovery Option -Essential Support (1 year) - unlimited clients f. Exp Be 11D San Share Stor-Opt Netapp Promo Ess 12M Symantec Express - g. Symantec Backup Exec 11d for Windows Servers SAN Shared Storage Option-Essential Support (1 year) - 1 server h. Symantec Backup Exec 11d for Windows Servers Central Admin Server Option - Essential Support (1 year) - 1 server i. Symantec Backup Exec 11d for Windows Servers Advanced Open File Option W/Symantec Backup Exec Agent for Windows Systems - Essential Support (1 year) - 1 Server j. Symantec Backup Exec 11d for Windows Servers Agent for Windows Systems W/Symantec Backup Exec Remote Agent for Windows Servers and CPA- Essential Support (1 year) - 1 server k. Symantec Backup Exec 11d for Windows Servers Agent for Microsoft SharePoint Portal Server W/ Symantec Backup Exec Agent for Windows Systems - Essential Support (1 year) - 1 server - l. Symantec Backup Exec 11d for Windows Servers Remote Agent for NetWare Servers - Essential Support (1 year) - 1 server 4. Specific salient characteristics of the brand name, product or feature that are required to satisfy the Agency?s needs: a. This is the only brand name that can fulfill the Agency?s needs since the Agencys developed its disaster recovery infrastructure around the Symantec (Veritas / Seagate) Backup Exec since 1997. As a result, the only product compatible to the OCC infrastructure is Symantec Backup Exec. This structure allows the Agency the capability to protect applications, user data and operating system files throughout the enterprise. 5. Describe the market research that was performed. What other similar products or features of products available from other companies were considered and why are the similar products or features unable to satisfy the Agencys needs. a. The product must be able to interconnect with an existing system/infrastructure and only Symantec Backup Exec provides the form, fit, and function compatibility based on a review of interface information of all commercially available similar products. This is based on information provided by knowledgeable individuals in the Government regarding market capabilities to meet requirements. I have reviewed the circumstances of this justification for a brand name product or feature unique to a single manufacturer and certify that item required meets the Governments minimum needs and no other course of action will satisfy the Governments requirement. Technical Certification: I certify that the supporting data under my cognizance, which are included in this Brand Name Justification, are accurate and complete to the best of my knowledge. Program Manager: SIGNATURE: /s/ Paul Marshman 1/24/08 I certify that statements and information provided above are complete and correct to the best of my knowledge: Contracting Officer: SIGNATURE: /s/ Edwin Davis 1/24/08 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-JAN-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/TREAS/OCC/ASDMS413/TCC08HQQ0017/listing.html)
 
Place of Performance
Address: 809 Brightseat Rd Landover MD
Zip Code: 20785
Country: UNITED STATES
 
Record
SN01492357-F 20080126/080124230554 (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.