Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2010 FBO #3204
SOLICITATION NOTICE

70 -- Commvault BackUp System - Commvault SOW

Notice Date
8/31/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
CommvaultBackUpSystem
 
Archive Date
9/22/2010
 
Point of Contact
Karen L Jackson, Phone: 719-333-4060, Nicole Baert, Phone: 7193338924
 
E-Mail Address
karen.jackson@usafa.af.mil, nicole.baert@usafa.af.mil
(karen.jackson@usafa.af.mil, nicole.baert@usafa.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Please find attached the Statement of Work for the Commvault requirement. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written (formal) solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-10-T-0088, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-43, 2 August 2010. The North American Industry Classification System Code [NAICS] is 423430 and the size standard is 100 employees. This is an Unrestricted acquisition. All responsible sources may submit a quote, which if received timely, will be considered by the 10th Contracting Squadron, USAF Academy (USAFA). Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. The USAF Academy has a Brand Name Only requirement to purchase a Commvault Back-Up, Restoral and Archival System, further described below. REQUIREMENTS FOR QUOTE Prices quoted must be Firm-Fixed Price to include shipping and handling charges based on F.O.B Destination. The entire Commvault System must be physically located at the United States Air Force Academy (USAFA). Provide pricing for each of the following line items: LINE ITEM 0001 Description Qty Unit Price Extended Price Commvault Back-Up, Restoral and Archiving System to Include Each of the Following: CommServe Master Server on Windows - 1 $_________ $____________ Tier 1 (1-100 clients) (Part # CS-1) Media Agent for a Windows Server. Basic 4 $_________ $____________ Disk/ Tape Library Connector Plus 1 Direct Drive Support Included (Part # MA-W-S) Consolidated Data Storage Option Including 20 $_________ $___________ Multi- Tiered Deduplication 1 TB CommCell Capacity, Tier-A (1-49TB), inc. GridStor and a Shared Tape Drive for Each Block of 5TB (Part # MM-CDSO-1T-A) Disk Library Management Software 4 $_________ $___________ (Part # MM-DSK-LMS) Shared Tape Library Management Connector 1 $_________ $___________ (Part # MM-TAPE-SLMS) Shared Storage Option with Intelligent 8 $__________ $___________ Dynamic Drive Sharing (Priced per Tape Drive) (Part # MM-DDS) D/R License Key for CommCell with Less 1 $___________ $___________ Than 100 iDAs (Part # CC-DR-100) Connector for Offline Client Data of Backup 13 $___________ $___________ or Archive Data (Part # QCI-CIE-OFFL) License for CI Admin Node + Web Server 1 $__________ $___________ Including DR Components (Part # QCI-CI-ADMIN-1) License for CI Indexing Node Including 1 $__________ $__________ DR Components (Part # QCI-CI-NODE-1) Universal Client Access License per User 10001 $__________ $__________ for 10,001 + Users/Mailboxes (Part # CAL-UNI-6) Advanced Client for Windows FS Including 5 $__________ $__________ 1 Instance of File Archiver, DCE and SRM (Part # QA-W-FAR-C) Advanced Client for Exchange Archiver - 5 $__________ $__________ Includes 1 Instance of DCE, MB Archive, Compliance Archive and SRM, Also Includes MLB (Part # QA-W-EXAR-C) Advanced Client for SharePoint Archiver - 3 $__________ $_________ Includes SRM (Part # QA-W-SPAR-C) Advanced Protection Client for Solaris Server 5 $__________ $_________ Includes 1-Touch and DCE (Part # DA-S-SOL-AC) Advanced Protection Client for Windows 55 $__________ $__________ Includes 1-Touch and DataClass (Part # DA-W-WS-AC) Consolidated Client per Host Used with 10 $__________ $_________ the Virtual Server Agent, Tier 1 (1-20 VMs per Host); VMWare ESX or Microsoft HV, Includes 2 Win FS Guest Host iDA (Part # DA-VSA-1) iDataAgent for Active Directory Server 3 $__________ $_________ (Part # DA-W-AD-1) iDataAgent for Exchange MB/DB/PF/WF 5 $__________ $_________ Includes DCE - Tier 1 (Part # DA-W-EXDM-1) iDataAgent for a SharePointPortal/MOSS 3 $__________ $_________ Server - Tier 1 (Part # DA-W-SPP2-1) iDataAgent for SQL Server - Tier 1 5 $__________ $_________ (Part # DA-W-SQL-1) SRM Master Server on Windows - Tier 1 1 $_________ $_________ Environments (Up to 25 Agents) (Part # SRM-W-SVR-1) Maintenance for 1 CommServe Master Server 1 $_________ $_________ on Windows - Tier 1 (1-100 Clients) (Part # CS-1M) Maintenance for 1 Media Agent for a Windows 4 $_________ $_________ Server. Basic Disk/Tape Library Connector Plus 1 Direct Drive Support Included (Part # MA-W-SM) Maintenance for Consolidated Data Storage 20 $__________ $_________ Option Including Multi-Tiered Deduplication 1 TB CommCell Capacity, Tier -A (1-49 TB), inc. GridStor and a Shared Tape Drive for Each Block of 5 TB (Part # MM-CDSO-1T-AM) Maintenance for Disk Library Management 4 $__________ $_________ Software (Part # MM-DSK-LMSM) Maintenance for Shared Tape Library 1 $__________ $_________ Management Connector (Part # MM-TAPE-SLMSM) Maintenance for Shared Storage Option 8 $_________ $_________ with Intelligent Dynamic Drive Sharing (Priced per Tape Drive) (Part # MM-DDSM) Maintenance for 1 D/R License Key for 1 $_________ $_________ CommCell with Less Than 100 iDAs (Part # CC-DR-100M) Maintenance for 1 Connector for Offline 13 $_________ $_________ Client Data of Backup or Archive Data (Part # QCI-CIE-OFFLM) Maintenance for 1 License for CI Admin 1 $_________ $_________ Node + Web Server, Including DR Components (Part # QCI-CI-ADMIN-1M) Maintenance for 1 License for CI Indexing 1 $________ $_________ Node, Including DR Components (Part # QCI-CI-NODE-1M) Maintenance for Universal Client Access 10001 $________ $_________ License per Year per User for 10,001 + Users/Mailboxes for 1 Year (Part # CAL-UNI-6M) Maintenance for Advanced Client for 5 $_________ $_________ Windows FS Including 1 Instance of File Archiver, DCE and SRM (Part # QA-W-FAR-CM) Maintenance for Advanced Client for Exhange 5 $_________ $_________ Archiver - Includes 1 Instance of DCE, MB Archive, Compliance Archive and SRM, Also Includes MLB (Part # QA-W-EXAR-CM) Maintenance for Advanced Client for 3 $_________ $________ SharePoint Archiver, Includes SRM (Part # QA-W-SPAR-CM) Maintenance for Advanced Protection Client for 5 $_________ $________ Solaris Server, Includes 1-Touch and DCE (Part # DA-S-SOL-ACM) Maintenance for Advanced Protection Client for 55 $__________ $________ Windows, Includes 1-Touch and DataClass (Part # DA-W-WS-ACM) Maintenance for 1 Consolidated Client per 10 $_________ $_________ Host Used with the Virtual Server Agent, Tier 1 (1-20 VMs per Host); VMWare ESX or Microsoft HV, Includes 2 Win FS Guest Host iDA (Part # DA-VSA-1M) Maintenance for 1 iDataAgent for Active 3 $_________ $________ Directory Server (Part # DA-W-AD-1M) Maintenance for 1 iDataAgent for Exchange 5 $_________ $_________ MB/DB/PF/WF, Includes DCE - Tier 1 (Part # DA-W-EXDM-1M) Maintenance for 1 iDataAgent for a SharePoint 3 $_________ $________ Portal/MOSS Server - Tier 1 (Part # DA-W-SPP2-1M) Maintenance for 1 iDataAgent for SQL Server - 5 $_________ $________ Tier 1 (Part # DA-W-SQL-1M) Maintenance for 1 SRM Master Server on 1 $_________ $________ Windows - Tier 1 Environments (Up to 25 Agents) (Part # SRM-W-SVR-1M) Not to Exceed - Installation/Services and Travel 1 $_________ $_______ for 11 - 20 Days (See Attached Statement of Work) TOTAL PRICE $ ____________________ The following Federal Acquisition Regulation (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, addenda applies: The contractor shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, telephone number of the offeror, unit price, extended price, any discount terms, delivery terms, cage code, DUNS number, tax identification number, size of business, and warranty information. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. The provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items, must be completed. Offerors are highly encouraged to complete all representations and certifications electronically on line at (http://orca.bpn.gov/publicsearch.aspx). If not completed on-line, 52.212-3 Alt I shall be completed in hard copy and submitted with quote. In accordance with FAR 52.212-4(t), Central Contractor Registration (CCR) contractors must be registered with CCR to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration. (www.ccr.gov) Quotes must be received no later than 12:00 pm Mountain Standard Time (MST), 7 September 2010 at 10 CONS/ LGCB, Attn: Karen Jackson, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotes may also be submitted by e-mail to the Primary POC or by fax to 719-333-9103. Questions and responses should be addressed to the Primary POC Karen Jackson, Contract Specialist, USAF Academy (719) 333-4060, karen.jackson@usafa.af.mil. Alternate POC is Nicole Baert, Contracting Officer, (719) 333-8924, nicole.baert@usafa.af.mil. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and may not be evaluated. The provision at FAR 52.212-2, Evaluation--Commercial Items apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of determining the acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Once an offer has been determined to be acceptable, then the Offeror with the lowest evaluated price will be awarded the contract. If an offer is not acceptable, it will not be considered. The following clauses apply to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda, applies: Addendum to FAR 52.212-4(c) Changes Text in paragraph (c) is deleted and replaced with the following: Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)) (End of Addendum) FAR 52.252-2 Clauses Incorporated by Reference: This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: 52.203-3 Gratuities (Apr 1984) 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government (Oct 1995) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.219-3 Notice of Total HUBZone Set-Aside (Jan 1999) 52.219-8 Utilization of Small Business Concerns (May 2004) 52.219-14 Limitations on Subcontracting (Dec 1996) 52.219-28 Post-Award Small Business Program Representation (Apr 2009) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Jul 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.222-99 Dev Notification of Employee Rights Under the National Labor Relations Act (Jun 2010) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 252.225-7012 Preference for Certain Domestic Commodities (Jun 2010) 252.243-7002 Request for Equitable Adjustment (Mar 1998) 252.247-7023 Transportation of Supplies by Sea (May 2002) FAR 52.252-6 - Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items (Jun 2005) applies to this acquisition. a) Definitions. As used in this clause- (1) "Foreign person" means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) "United States" means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) "United States person" is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it- (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it- ___________Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___________Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) DFARS 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010) applies to this acquisition. Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.232-7003, Electronic Submission of Payment Requests (Mar 2008). 5352.201-9101 OMBUDSMAN (Apr 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kim Diercks 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-2379 email: kim.diercks@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) USAFA 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007) applies to this acquisition. (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) ADDENDUM - USAF Academy Invoicing Instruction (Revised 4/23/08) a. In accordance with DFARS 252-232-7003, Electronic Submission of Payment Requests, the contractor shall submit payment (invoice) requests through the Wide Area Workflow (WAWF) System. For information on WAWF, including how to register, visit the WAWF website at https://wawf.eb.mil. Web Based Training (WBT) is available at http://www/wawftraining.com. If you need any further assistance you can contact the Contract Specialist or Contracting Officer whose name appears on the contract. b. The address and DODAAC of the payment office (effective 1 Jun 06) is: Defense Finance and Accounting Service ATTN: DFAS-BAASD/CC P. O. Box 369020 Columbus, OH 43236-9020 ATTN: VENDOR PAY (DODAAC F67100) (End of Addendum)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/CommvaultBackUpSystem/listing.html)
 
Place of Performance
Address: USAF Academy, USAFA, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02261848-W 20100902/100831235546-67aea9af858777d965d4165bc184bd3a (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.