Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2009 FBO #2818
SOLICITATION NOTICE

J -- Veritas Software Maintenance

Notice Date
8/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
F3QCCL9155A001
 
Archive Date
9/17/2010
 
Point of Contact
William C. Clark, Phone: (478) 327-9883, Brigitte D Harvey, Phone: (478) 926-5126
 
E-Mail Address
william.clark.1@robins.af.mil, Brigitte.Harvey@robins.af.mil
(william.clark.1@robins.af.mil, Brigitte.Harvey@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are not being required and a written solicitation will not be issued. Scope of work to provide Veritas Software Maintenance and Technical Support. This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-35 dated 14 July 2009. NAICS Code: 511210. Prices should reflect FOB Destination. Justification for Only One or Limited Number of Responsible Sources, and No Other Supplies or Services Will Satisfy Agency Requirements: Added expense and schedule delays would result from the deployment of new models and simulations. DLT Solutions and Symantec are found to be the only qualified Symantec Technical Support Partner Program (TSPP) directly providing technical support of the Veritas licensed products. F3QCCL9155A001 NAICS: 511210 Basic Period (2009-2010): Noun: Maintenance for Veritas Software to support the Enterprise Backup Solution. Requirement is for 24x7 support with 24x7 days a week support with a 4 hour response time. NSN: N/A 1 NetBackup Server Enterprise Server 6.5 WIN Tier 3 1 2 NetBackup Server Enterprise Server 6.5 WIN Tier 2 2 3 NetBackup Option Library Based Tape Drive Support 20 4 NetBackup Option Vault Base (Base is for 4 tape drives) 1 5 NetBackup Option Vault Additional Tape Drive 2 6 NetBackup Option Shared Storage Option For Tape Drives 20 7 NetBackup Enterprise Disk Per Front End TByte 50 8 NetBackup Option NDMP Option Tier 4 1 9 NetBackup Option NDMP Option Tier 2 2 Type: Software Maintenance Option I Periods (2010-2011): Same requirements as Basic Year Option II Period (2011-2012): Same requirements as Basic Year The following clauses are applicable to subject solicitation: 52.252-2 - Clauses Incorporated by Reference. The full text of a clause may be accessed electronically at this/these address (es): Regulations URLS: (Click on the appropriate regulation.) http://farsite.hill.af.mil/reghtml/far/farltoc/htm http://farsite.hill.af.mil/reghtml/dfars/dfarltoc.htm http://farsite.hill.af.mil/reghtml/affars/affarltoc.htm http://farsite.hill.af.mil/reghtml/afmcfars/afmcltoc.htm 52.212-1 - Instructions to Offerors - Commercial (full text); 52.212-2 - Evaluation - Commercial Items (full text) - The evaluation factors shall be: Price and Price related factors, Conformance to performance specifications. 52.212-3 - Offeror Representations and Certifications - Commercial Items (full text). The rule is effective January 1, 2005. This final rule requires offerors to provide representations and certifications electronically via the BPN website; to update the representations and certifications as necessary, but at least annually, to keep them current, accurate and complete. The website is as follows: http://www.bpn.gov; 52.212-4 - Contract Terms and Conditions - Commercial Items (incorporated by reference) 52.212-5 (DEV) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (full text). 52.217-8 -- Option to Extend Services 52.217-9 - Option to Extend the Term of the Contract 52.222-26 - Equal Opportunity 52.223-5 - Pollution Prevention and Right-to-Know Information 52.232-18 - Availability of Funds 52.232-33 - Payment by Electronic Funds Transfer 52.233-3 - Protest After Award 52.247-34 - F.o.b. Destination 252.204-7004 - Required Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Wide Area Workflow- Receipt and Acceptance (WAWF-RA) IAW 252.232-7003 Oral Procedures will not be used for this solicitation. The anticipated award will be FFP. All responsible sources solicited may submit a bid, proposal, or quotation, which shall be considered. Please send quotes to william.clark.1@robins.af.mil. Any questions must be submitted in writing via email. Questions will not be answered by phone. Answers to questions may be posted to FedBizOpps.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCCL9155A001/listing.html)
 
Place of Performance
Address: 205 Perry St. Suite 100, Robins Air Force Base, Georgia, 31098-1607, United States
Zip Code: 31098-1607
 
Record
SN01905323-W 20090812/090811000220-486195fdda5c6473511fa99edc60843c (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.