Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2008 FBO #2491
DOCUMENT

D -- VM Ware Software Renewal - (Draft)

Notice Date
9/19/2008
 
Notice Type
(Draft)
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
DG1350-08-RQ-1198
 
Archive Date
10/7/2008
 
Point of Contact
Juanita M Beck, Phone: 301-713-0838 x198, Linda D Brainard,, Phone: 301-713-0820
 
E-Mail Address
juanita.beck@noaa.gov, linda.d.brainard@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Parts 12 and 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation DG1350-08-RQ-1195 issued as a request for quotation and is solicited under full and open competition. The NAICS code is 443120. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), International Trade Administration (ITA)requirement for brand name or equal VMWare software, support, and maintenance for 2 - VMWare renewal for CS - US Department of Commerce IM # 9359968 Contract 3276916 - Ren Platinum Level SNS for VM Infrastructure Add Licenses and 18 - VMWare renewal for SC-US Department of Commerce IM # 9359968 Contract 3528610 - Ren Platinum Level SNS for VM VI Ent for 2 Proc Add Licenses. Manufacturer's Name; Address; Product Name and Catalogue Description. Offerors shall be responsible for submitting all additional information on the above product necessary for the Government to determine whether the product offered meets the salient specifications of the "brand name" as listed in the solicitation. The period of performance for this task will be for one year. The resulting purchase order shall be negotiated on a firm fixed price. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) -- Conspicuously striking in eminence; Good (G) -- Beneficial and worthwhile; sound and valid; Adequate (A) -- Reasonably sufficient and suitable; Marginal (M) -- Minimally suitable at the lower limit. The Government shall award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-26. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.213-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4,Contract Terms and Conditions- Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=86c6c150de96e8a98e0a66a017e372f5&tab=core&_cview=1)
 
Document(s)
(Draft)
 
File Name: RFQ (DG1350-08-RQ-1195.docx)
Link: https://www.fbo.gov//utils/view?id=cb7bf90b62fe8501ee1b3cf72b6f9594
Bytes: 40.74 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Washington, District of Columbia, 20230, United States
Zip Code: 20230
 
Record
SN01676207-W 20080921/080919220958-86c6c150de96e8a98e0a66a017e372f5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.