Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2010 FBO #3031
MODIFICATION

70 -- HP (formerly Mercury) Products

Notice Date
3/11/2010
 
Notice Type
Modification/Amendment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisitions Services (WQA), 301 7th St SW Rm 6109, Washington, District of Columbia, 20407, United States
 
ZIP Code
20407
 
Solicitation Number
NC7012090849
 
Point of Contact
Carla S. Gilchrist, Phone: 2022055244, Marion Williams, Phone: 2022059097
 
E-Mail Address
Carla.Gilchrist@gsa.gov, marion.williams@gsa.gov
(Carla.Gilchrist@gsa.gov, marion.williams@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR QUOTE: PLEASE READ REQUEST FOR QUOTE AND FOLLOW INSTRUCTIONS. Amended Date : March 10, 2010, Classification Code: 7030 - ADP Software; NAICS -423430. Software HP (formerly Mercury) Products Solicitation Number: NC7012090849. Contracting Office Address: General Services Administration, Federal Acquisition Service, Assisted Acquisition Services, 301 7th Street, SW; Room 6109, Washington, DC 20407-0001 A. DESCRIPTION OF ACTION: This is a combined synopsis/solicitation for the acquisition of HP (formerly Mercury) Products, for the Department of Homeland Security, Immigration and Customs Enforcement., Washington, DC. This combined synopsis/solicitation is prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6 (http://www.arnet.gov/far/current/html/Subpart 12_6.html#wp1088488) in conjunction with the policies and procedures for solicitation, evaluation and award prescribed under FAR Part 13 - Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This announcement constitutes the only solicitation that will be released. A Quote from vendors in this business area is being requested and a written solicitation will not be issued. All amendments and any other official communications, if any, from the agency regarding this solicitation will be distributed via https://www.fbo.gov or by a means that provides access to the notice of proposed contract action through the Government-wide point of entry. B. BACKGROUND: The DHS, ICE, has need for the following Mercury tools: (1) H P Quality Center - is a web-based test management tool. It provides centralized control for multiple testing projects, and organizes testing activities (requirement coverage, test case management, test execution, defect management, and test automation assets). This tool is used throughout the application life cycle to manage the testing process, and measure progress and effectiveness of testing activities. (2) HP LoadRunner - is the performance testing tool, the software/tool is used to measure end-to-end performance, diagnose application/system bottlenecks, and system behavior under emulated or expected production volume, prior to production deployment. T&E team have used LoadRunner to conduct load, scalability, and stress tests, successfully identified multiple system failures and risks, and prevented crucial performance issues before deployment. This tool is vital to ensure successful deployment ICE mission-critical applications/systems. (3) HP Functional Testing (QuickTest Pro, WinRunner, and Business Process Testing) -the complete automated testing suite/solution for functional, graphical user interface, and regression testing that helps T&E team reduce the risks of application failures, enabling T&E team to identify and correct defects across wide breath of application environments, data sets and business processes. T&E have used this automated testing tool and successfully identified application defects during regression testing, and prevented critical functional failures prior to deployment into the production environment. The period of performance is: 10/1/09 - 9/30/10. C. SCOPE: The General Services Administration (GSA) requires the following items in support of ICE: CLIN DESCRIPTION QUAN- TITY UNIT PRICE TOTAL FIRM FIXED PRICE 0001 Part Number T6247AA, HP LR Network ProBdl 500 VUsr SW LTU 1 each 0002 Part Number T6752AA, HP J2EE Deep Diagnostics Mod 1 CPU SW LTU 1 each 0003 Part Number T6234AA, HP LRner Cntlr & Monitors SW LTU 3 each 0004 Part Number T6453AA, HP LRner GUI Virtual Users Site SW LTU 10 each 0005 Part Number T6744AA, HP TestSuite 7.5 Enterprise SW LTU 17 each 0006 Part Number T6774AA, HP LR Multi Prot 2 Protocols VU SW LTU 1000 each 0007 Part Number T6872AA, HP LR DB ProBdl 1-100VUsr SW LTU 100 each 0008 Part Number T6873AA, HP LR DB ProBdl 101-2500VUsr SW LTU 900 each 0009 Part Number T6860AA, HP LR WebMM ProBdl 1-100VUsr SW LTU 100 each 0010 Part Number T6861AA, HP LR WebMM ProBdl 101-2500VUsr SW LTU 2400 each 0011 Part Number T6862AA, HP LR WebMM ProBdl 2502-5000VUsr SW LTU 300 each 0012 Part Number TA228AA, HP LR/PC-Diag Comp 1-50CPUs SW LTU 1 each 0013 Part Number T7134AA, HP LR RemDesk ProBdl 250VUsr SW LTU 1 each 0014 Part Number T6483AA, HP BPT for QC Site CC Usr SW LTU 10 each 0015 Part Number T6518AA, HP FT Seat Usr ExistCust SW LTU 6 each 0016 HA106AC 9x5 support 1 lot 0017 HA107AC 24x7 support 1 lot Support Agreement ID (SAID): 1034 9892 0300 GRAND TOTAL: $____________________ D. INVOICE ADDRESS: Invoices shall be submitted to the GSA Office of Finance for approval and payment. Please be advised that your company shall be paid in full, Net 30 Days upon submission of a valid invoice to GSA. After delivery, invoices shall be submitted to: General Services Administration Accounts Payable (6BCP) 1500 E. Bannister Rd. Kansas City, MO 64141 E. GOVERNMENT CONTACTS: All questions regarding the RFQ should be directed to the GSA Contract Specialist/ Contracting Officer listed below on or before 11:00 A.M. Eastern Standard Time, March 5, 2010: FAS Contracting Officer: Marion Williams 202-205-9097 marion.williams@gsa.gov Or FAS Contract Specialist: Carla Gilchrist 202-205-5244 Carla.Gilchrist@gsa.gov. The Project Manager responsible for this acquisition is: Ms. Eve Goodman 202-401-7890 Eve.Goodman@gsa.gov. F. TERMS AND CONDITIONS - PROVISIONS AT: 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) (http://acquisition.gov/far/current/ html/52_212_213.html) applies to this RFQ. PLEASE SUBMIT QUOTE SHEET (LOCATED AT THE END OF THIS RFQ) AND ATTACHMENTS AS PRESCRIBED ON QUOTE SHEET. - Provision 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (AUG 2009) applies to this solicitation. Vendors shall complete the on-line representations and certifications at http://orca.bpn.gov prior to the closing date and before submitting a quote in response to this solicitation. - Clause 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (MAR 2009) is hereby incorporated. The following clauses are an addendum to clause 52.212-4, and are hereby incorporated into this solicitation: 52.202-1 DEFINITIONS (JUL 2004) 52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (APR 2008) 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008) 52.232-1 PAYMENTS (APR 1984) 52.232-25 PROMPT PAYMENT (OCT 2008) 52.233-1 DISPUTES (JUL 2002) 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) (APR 1984). 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (SEP 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] *______* (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). *______* (2) 52.219-3, Notice of Total HUBZone Set-Aside (JAN 1999) (15 U.S.C. 657a). *______* (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). *______* (4) [Reserved] *__X___* (5) (i) 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) (15 U.S.C. 644). *______* (ii) Alternate I (OCT 1995) of 52.219-6. *______* (iii) Alternate II (MAR 2004) of 52.219-6. *______* (6) (i) 52.219-7, Notice of Partial Small Business Set-Aside (JUN 2003) (15 U.S.C. 644). *______* (ii) Alternate I (OCT 1995) of 52.219-7. *______* (iii) Alternate II (MAR 2004) of 52.219-7. *___ _ _* (7) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d) (2) and (3)). *______* (8) (i) 52.219-9, Small Business Subcontracting Plan (SEP 2008) (15 U.S.C. 637 (d)(4)). *______* (ii) Alternate I (OCT 2001) of 52.219-9. *______* (iii) Alternate II (OCT 2001) of 52.219-9. *______* (9) 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637 (a) (14)). *______* (10) 52.219-16, Liquidated Damages--Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). *______* (11) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). *______* (ii) Alternate I (JUN 2003) of 52.219-23. *______* (12) 52.219-25, Small Disadvantaged Business Participation Program - ;Disadvantaged Status and Reporting (APR 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). *______* (13) 52.219-26, Small Disadvantaged Business Participation Program - Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). *______* (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004). *__X__* (15) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). *_X__* (16) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126). *__X__* (17) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). *__X__* (18) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). *_____* (19) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). *_____* (20) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). *_____* (21) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). *_____* (22) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). *_____* (23) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (MAY 2008) (42 U.S.C. 6962 (c) (3) (A) (ii)). *______* (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962 (i) (2) (C)). *______* (24) 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d). *__ ___* (25) (i) 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act (JUN 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, 109-53 and 109-169). *______* (ii) Alternate I (JAN 2004) of 52.225-3. *______* (iii) Alternate II (JAN 2004) of 52.225-3. *______* (26) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). *___X__* (27) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). *______* (28) Reserved. *______* (29) Reserved. *______* (30) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). *______* (31) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307 (f)). *___X__* (32) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). *______* (33) 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). *______* (34) 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332). *______* (35) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). *______* (36) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). *______* (ii) Alternate I (APR 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] *______* (1) 52.222-41, Service Contract Act of 1965, as Amended (NOV 2007) (41 U.S.C. 351, et seq.). *______* (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). *______* (3) 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). *______* (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (NOV 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. G. METHOD OF EVALUATION: All quotes will be evaluated on the basis established in this combined/synopsis solicitation. Quotes will be evaluated for technical acceptability of the CLINS in the combined synopsis/solicitation. Once quotes are considered technically acceptable, the offeror with the lowest price will be considered for award. Vendors are encouraged to offer maximum discounts and concessions to the Federal government. H. BASIS OF AWARD: The Government will evaluate all responses received using the instructions provided and make an award resulting from the Request for Quote (RFQ) to the responsible offeror whose quote conforming to this RFQ will provide the lowest price. QUOTE SHEET: PLEASE SUBMIT QUOTE SHEET AND ATTACHMENTS BY: 11:00 AM EST March 5, 2010 to marion.williams@gsa.gov and Carla.gilchrist@gsa.gov using the following subject line: "Response to RFQ NC7012090849, HP Products. If unable to provide a quote, please submit your negative response to this RFQ. All quotes shall be submitted on a SF18 - Request for Quotation, in response to this RFQ and shall include the following information completed in its entirety: NAME OF OFFEROR: __________________________________________________ ADDRESS: ___________________________________________________________ POINT OF CONTACT: __________________________________________________ TELEPHONE NO: ___________________________ FAX: _____________________ EMAIL ADDRESS: _____________________________________________________ DELIVERY DAYS/DATE ARO: __ PRICE PER ITEM: $ ________________________ All proposed prices shall be fixed prices and maximum discounts and concessions are encouraged. The Federal Government is tax exempt. TAXPAYER IDENTIFICATION NUMBER: DUN & BRADSTREET NUMBER: In order to do business with the Federal Government, a Dun & Bradstreet number is required. For further information please refer to http://www.dnb.com/us - CCR REQUIREMENT - Offeror must be registered on Central Contractor Registration (CCR) before an award can be made to them. If the company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov and attach copy of registration to quote. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) REQUIRED - The Government will award to the vendor whose offer is technically acceptable, and represents the lowest price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2794a6e9faaa56495b6af429ad7db3da)
 
Place of Performance
Address: Department of Homeland Security (DHS), Office of the Chief Information Officer (OCIO, Immigration and Customs Enforcement (ICE), 801 I Street N.W., Ste 730, Washington, District of Columbia, 20536, United States
Zip Code: 20536
 
Record
SN02090312-W 20100313/100311235620-2794a6e9faaa56495b6af429ad7db3da (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.