Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

D -- Acquision of Orion Software Maintenance support - Justification and Approval

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. 4502, Arlington, Virginia, 22204-4502, United States
 
ZIP Code
22204-4502
 
Solicitation Number
DCCMC94109andDCCMC94126
 
Archive Date
9/30/2009
 
Point of Contact
Kim Oanh P. Scott, Phone: 7036811255
 
E-Mail Address
KimOanh.Scott@disa.mil
(KimOanh.Scott@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Justification and Approval for Other Than Full and Open Competition for Specific Make and Model. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quote are being requested and a written solicitation will not be issued. The purpose of this synopsis/solicitation is to inform the vendor community of DISA's proposed contract actions. This is for other than Full and Open Competition for Specific make and Model pursuant to the authority FAR 6.302-1, 10 U.S.C. 2304(c) (1). The solicitation/reference number is. DCCMC94109 and DCCMC94126 and is issued as a Request For Quote (RFQ). The associated North American Industrial Classification Systems (NAICS) code for this procurement is 541519. The small business size standard is $25M. Offeror must be registered on the Contractor Central Registration (CCR). This is a firm-fixed-price acquisition for support services in support of the coalition operations as well as a wide range of other multinational planning and coordination activities in support of Combined Federated Battle Laboratory Network (CFBLNet) and Combined Enterprise Regional Information Exchange System ( CENTRIXS) International Security Assistance Force (ISAF). This equipment will provide network monitoring and analysis to support CFBLNet and CENTRIXS ISAF initiatives. Proposals must address whether each contract line item number (CLIN) price proposed by the offeror is based upon open market pricing, or use of an existing vehicle such as GSA Federal Supply Schedule (FSS) pricing, NASA SEWP pricing, etc. If an individual CLIN pricing is not on an open market basis, offerors should also include the contract number on which pricing is based as part of their quote for each CLIN. This is an all-or-none requirement. Partial quotes will be deemed unresponsive and will not be evaluated. See attached requirements in the Justification and Approval, Please Read Carefully. DISA requires the following supply/service, exact match only: CLIN 0001 - Manufacture: Solarwinds Part#: 9016-0129 Description: Orion Network Performance Monitor -SL100, License w/1yr maintenance Quantity: 7 CLIN 0002 - Manufacture: Solarwinds Part#: 9016-0195 Description: Orion Netflow Traffic analyzer Module SL-100.\, License w/1 yr maintenance Quantity: 7 CLIN 0003 - Manufacture: Solarwinds Part#: 9016-0534 Description: Engineer's Toolset License w/1yr maintenance Quantity: 7 CLIN 0004- Manufacture: Solarwinds Part#: 9016-0343 Description: Orion APM Module AL-100, License w/1yr maintenance (up to 100 Monitors) Quantity: 7 Invoicing for CLIN 0001 thru. CLIN 0004 will be on a monthly basis. This requirement is 100% set-aside for small business. New equipment ONLY, NO remanufactured products, and no "grey market". Offerors must be Authorized Government resellers/OEM suppliers. If the Justification and Approval is unclear, offeror shall electronically contact Kim Oanh P. Scott at KimOanh.Scott@disa.mil so the RFQ posting can be amended. Any and all questions will be posted and answered on this website. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-29 and DFARS Change Notice 20070426. Provisions and clauses (incorporated by reference) applicable to this acquisition are as follows: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), FAR 52.217-5, 52.217-8, 52.217-9, FAR 52.222-3 Convict Labor, FAR 52.232-17 Interest, 52.203-5 Covenant Agaist contingent Fees, 52.203-6 Restrictions On Subcontractor Sales To the Government, 52.212-3 Offeror Representations And Certification-Commercial Items, 52-219 Notice of Total Small Business Set-Aside, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.233-3 Protest After Award, FAR 52.247-34 F.O.B. Destination, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7004 Alternate A, and DFARS 252.232-7003 Electronic Submission of Payment Requests. The following clauses, applicable to this acquisition, are local DISA clauses and all interested offerors shall request a copy from the contract specialist: 52.204-9000 Points of Contact, 52.209-9000, 52.217-9100 and 52.232-9000 Wide Area Workflow-Receipt and Acceptance (WAWF-RA). Full text of these provisions and clauses, with the exception of the local clauses, may be obtained from the following internet websites: http://www.acq.osd.mil/dpap/dars/dfars/index.htm, http://farsite.hill.af.mil/, and http://www.arnet.gov/far/. Shipments are to be F.O.B. Destination. Items will be mailed to North Fairfax location: Houston Associates, H98291, 4601 N. Fairfax Drive, Suite 711, ATTN: Paul Foresta, Arlington VA 22203-1524. Specific agency shipping requirements will be included at award and are available from the contract specialist upon request. Delivery shall occur within thirty (30) days after receipt of order (ARO). Responses shall be submitted electronically to KimOanh.Scott@disa.mil no later than 11:00 am (Eastern Standard Time) 15 September 2009. Proposals must be valid for thirty (30) days after due date. The Period Of Performance is 365 calendar days. Any amendment(s) issued to this RFQ will be published on this website. Therefore, it is the offerors responsibility to visit this website frequently for updates on this procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/DCCMC94109andDCCMC94126/listing.html)
 
Place of Performance
Address: Will be provide when contract is award., United States
 
Record
SN01944884-W 20090910/090909083350-1fb7f40b37ec180b816589371ab08b31 (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.