Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
SOLICITATION NOTICE

70 -- HP Loadrunner - Justification and List

Notice Date
4/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
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
HC1047-10-T-4008
 
Archive Date
5/4/2010
 
Point of Contact
Melody P Bryant, Phone: 703-681-1216
 
E-Mail Address
melody.bryant@disa.mil
(melody.bryant@disa.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Bill of Materials Justification Offeror must be registered in the Contractor Central Registration (CCR) and an authorized reseller of the items. This acquisition is firm fixed price for HP Loadrunner Annual Software subscription product. This action is limited to specific make and model where the components have been integrated and tested to be compatible. Quotes 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 (discount requested) such as GSA Federal Supply Schedule (FSS) pricing, NASA SEWP pricing, etc. If 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 quotations will be deemed unresponsive and will not be evaluated. The Government will award a purchase order to the responsible offeror whose offer conforms to the requirements as stated in this synopsis and is most advantageous to the Government based on the lowest price. See attached requirements for Software subscription product in the Justification and Approval and Equipment List. Please Read Carefully. DISA requires the following supply/service, exact match only: CLIN Model # Description QTY 0001 T6234AA HP LRner Cntlr & Monitors - maintenance from July 31, 2010 - thru end of PoP SW LTU 1 0002 T6234AA HP LRner Cntlr & Monitors with one year maintenance SW LTU 2 0003 T6453AA HP LRner GUI Virtual Users Site with one year maintenance SW LTU 1 0004 T6860AA HP LR WebMM ProBdl 1-100Vusr with one year maintenance SW LTU 100 VUser 1500 0005 T6234AA Mercury SiteScope for Loadrunner Monitor - with one year maintenance 500 LR SS Users 500 0006 Return to Service Fees If the Justification and Approval or Equipment List is unclear, offeror shall electronically contact Melody Bryant at melody.bryant@disa.mil NLT 30 April 2010/9:00 AM Eastern 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 2005-36 and DFARS Change Notice 20100115. 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, 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://farsite.hill.af.mil and http://www.arnet.gov/far. Shipments are to be F.O.B. Destination. Specific agency shipping requirements will be included at time of 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 melody.bryant@disa.mil no later than 10:00 am (Eastern Standard Time) 3 May 2010. Quotations must be valid for thirty (30) days after due date. 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/HC1047-10-T-4008/listing.html)
 
Place of Performance
Address: P O BOX 4502, ARLINGTON, Virginia, 22204, United States
Zip Code: 22204
 
Record
SN02134710-W 20100430/100428235155-9e202176e35ef5dc8cae4dd53ffeacea (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.