Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2010 FBO #3193
SOLICITATION NOTICE

D -- VMWARE SOFTWARE ANNUAL MAINTENANCE

Notice Date
8/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
DOL110RQ21085
 
Archive Date
9/9/2010
 
Point of Contact
Ronald J Jordan, Phone: 202-693-4595
 
E-Mail Address
jordan.ronald@dol.gov
(jordan.ronald@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, in conjunction with FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation number is DOL110RQ21085. This solicitation is issued as a Request for Quotations (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-43. (iv) This solicitation is being issued as a set-aside. This solicitation is being issued under NAICS 541519 (SBA Size Standard: $25 million). (v) The following contract line item numbers (CLINs) and items, quantities and units of measure apply to this acquisition: CLIN DESCRIPTION QTY UNIT 0001 BASE YEAR 1 YR PRODUCTION SUPPORT SUBSCRIPTION FOR VMWARE VSPHERE ENTERPRSE FOR 1 PROCESSOR PERIOD OF PERFORMANCE: 01 SEPTEMBER 2010 - 31 AUGUST 2011 0002 BASE YEAR 1 YR PRODUCTION SUPPORT SUBSCRIPTION FOR VMWARE VCENTER SERVER 4 STANDARD PERIOD OF PERFORMANCE: 01 SEPTEMBER 2010 - 31 AUGUST 2011 1001 OPTION YEAR ONE 1 YR PRODUCTION SUPPORT SUBSCRIPTION FOR VMWARE VSPHERE ENTERPRSE FOR 1 PROCESSOR PERIOD OF PERFORMANCE: 01 SEPTEMBER 2011 - 31 AUGUST 2012 1002 OPTION YEAR ONE 1 YR PRODUCTION SUPPORT SUBSCRIPTION FOR VMWARE VCENTER SERVER 4 STANDARD PERIOD OF PERFORMANCE: 01 SEPTEMBER 2011 - 31 AUGUST 2012 2001 OPTION YEAR TWO 1 YR PRODUCTION SUPPORT SUBSCRIPTION FOR VMWARE VSPHERE ENTERPRSE FOR 1 PROCESSOR PERIOD OF PERFORMANCE: 01 SEPTEMBER 2012 - 31 AUGUST 2013 2002 OPTION YEAR TWO 1 YR PRODUCTION SUPPORT SUBSCRIPTION FOR VMWARE VCENTER SERVER 4 STANDARD PERIOD OF PERFORMANCE: 01 SEPTEMBER 2012 - 31 AUGUST 2013 (vi) Description of requirements for the services to be acquired : The contractor shall provide software support for the VMWare software tool which allows for the virtualization of servers within the Department of Labor (DOL), Office of the Assistant Secretary for Administration and Management (OASAM) data center environment. The contractor shall provide a Contractor Technical Point of Contact (CTPOC) who shall be responsible for all work performed under the purchase order. The CTPOC shall be available to the TPM via telephone between the hours of 7:30am and 4:30pm EST, Monday through Friday, and shall respond to a request for discussion or resolution of technical problems within two (2) hours of notification. (vii) The period of performance of this requirement shall consist of a twelve (12) month base year and two (2) option years as follows: Base Year: 01 September 2010 - 31 August 2011 Option Year One: 01 September 2011 - 31 August 2012 Option Year Two: 01 September 2012 - 31 August 2013 (viii) The provision at 52.212-2, Evaluations-Commercial Items, applies to this acquisition, including the following addendum: 52.212-2(c) Period for acceptance of offers : Prospective contractors agrees to hold the prices in its offer firm for 60 calendar days from the date specified fro receipt of offers. (ix) Prospective contractors are advised that offers will be evaluated on a basis of best value and award will be made to the prospective contractor who submits the lowest price technically acceptable quotation. (x) Prospective contractors are advised to include a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its quotation (xi) Prospective contractors are advised that the clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) Prospective contractors are advised that the clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items applies to this acquisition. The following additional FAR clauses cited in this clause apply to this acquisition: 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). (xiii) Prospective contractors are advised that the following additional contract terms and conditions apply: (1) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000), (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days before the contract expires provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months. (2) FAR 52.232-18, Availability of Funds (Apr 1984), Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (3) The provider of information technology shall certify, by submitting a proposal to this acquisition, that: a) All applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer (IE), version 7, and subsequent versions of IE that are integrated into the FDCC, configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see: http://csrc.nist.gov/itsec/guidance_WinXP.html, and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html ; b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default "program files" directory and should be able to silently install and uninstall; c) Applications designed for normal end users shall run with full functionality in the standard user context without elevated system administration privileges. (xiv) Quotations must be submitted no later than 1:00 PM, EST, August 25, 2010. Quotations must be submitted electronically via email to Mr. Ronald Jordan, Contracting Officer at Jordan.ronald@dol.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL110RQ21085/listing.html)
 
Place of Performance
Address: US DEPARTMENT OF LABOR, 200 CONSTITUTION AVE, NW, WASHINGTON, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN02249092-W 20100822/100820235431-93fece7c402811e663a8f4f09c9285e8 (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.