Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2011 FBO #3401
MODIFICATION

70 -- HP

Notice Date
3/16/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
701 South 12th Street, Arlington, VA 22202
 
ZIP Code
22202
 
Solicitation Number
HSTS03-11-B-CIO261
 
Response Due
3/18/2011
 
Archive Date
9/14/2011
 
Point of Contact
Name: Giulietta Dahl, Title: Contract Specialist, Phone: 5712274683, Fax:
 
E-Mail Address
giulietta.dahl@dhs.gov;
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is HSTS03-11-B-CIO261 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-49. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $25.00M. This requirement is a [ Service-Disabled Veteran Owned ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-03-18 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be, null null The DHS Transportation Security Administration requires the following items, Exact Match Only, to the following: LI 001, BASE YEAR - ITEM# T6234AA - HP LoadRunner Controller & Monitors SW LTU., 2, EA; LI 002, BASE YEAR - ITEM# T6470AA - HP Test Director for QC Site 5 CC User Pk SW LTU, 2, EA; LI 003, BASE YEAR - ITEM# T6480AA - HP Test Director for QC Site CC User Pk SW LTU, 15, EA; LI 004, BASE YEAR - ITEM# T6864AA - HP LoadRunner Network ProBdl 1-100 Vusers SW LTU, 100, EA; LI 005, BASE YEAR - ITEM# T6864AA - HP LoadRunner Network ProBdl 101-2500 Vusers SW LTU, 1400, EA; LI 006, BASE YEAR - ITEM# T6809AA - HP Quick Test Pro Oracle Add-in Site CC User SW LTU, 5, EA; LI 007, BASE YEAR - ITEM# T6480AA - HP Test Director for QC Site CC User SW LTU, 10, EA; LI 008, BASE YEAR - ITEM# T6818AA - HP Quick Test Pro Seat User SW LTU, 10, EA; LI 009, BASE YEAR - ITEM# UH592AC - TSS Only, 1, EA; LI 010, BASE YEAR - ITEM# UH594AC - SW Updates Only, 1, EA; LI 011, BASE YEAR - ITEM# UH186AC - SW Support, 1, EA; LI 012, OPTION YEAR 1 - ITEM# T6234AA - HP LoadRunner Controller & Monitors SW LTU, 2, EA; LI 013, OPTION YEAR 1 - ITEM# T6470AA - HP Test Director for QC Site 5 CC User Pk SW LTU, 2, EA; LI 014, OPTION YEAR 1 - ITEM# T6480AA - HP Test Director for QC Site CC User Pk SW LTU, 15, EA; LI 015, OPTION YEAR 1 - ITEM# T6864AA - HP LoadRunner Network ProBdl 1-100 Vusers SW LTU, 100, EA; LI 016, OPTION YEAR 1 - ITEM# T6864AA - HP LoadRunner Network ProBdl 101-2500 Vusers SW LTU, 1400, EA; LI 017, OPTION YEAR 1 - ITEM# T6809AA - HP Quick Test Pro Oracle Add-in Site CC User SW LTU, 5, EA; LI 018, OPTION YEAR 1 - ITEM# T6480AA - HP Test Director for QC Site CC User SW LTU, 10, EA; LI 019, OPTION YEAR 1 - ITEM# T6818AA - HP Quick Test Pro Seat User SW LTU, 10, EA; LI 020, OPTION YEAR 2 - ITEM# T6234AA - HP LoadRunner Controller & Monitors SW LTU, 2, EA; LI 021, OPTION YEAR 2 - ITEM# T6470AA - HP Test Director for QC Site 5 CC User Pk SW LTU, 2, EA; LI 022, OPTION YEAR 2 - ITEM# T6480AA - HP Test Director for QC Site CC User Pk SW LTU, 15, EA; LI 023, OPTION YEAR 2 - ITEM# T6864AA - HP LoadRunner Network ProBdl 1-100 Vusers SW LTU, 100, EA; LI 024, OPTION YEAR 2 - ITEM# T6864AA - HP LoadRunner Network ProBdl 101-2500 Vusers SW LTU, 1400, EA; LI 025, OPTION YEAR 2 - ITEM# T6809AA - HP Quick Test Pro Oracle Add-in Site CC User SW LTU, 5, EA; LI 026, OPTION YEAR 2 - ITEM# T6480AA - HP Test Director for QC Site CC User SW LTU, 10, EA; LI 027, OPTION YEAR 2 - ITEM# T6818AA - HP Quick Test Pro Seat User SW LTU, 10, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Transportation Security Administration intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Transportation Security Administration is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In the event this procurement is a total small business set-aside, the following shall apply: For small business set-asides other than for construction or services, any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer unless the SBA has granted either a waiver or exception to the nonmanufacturer rule. In industries where the SBA finds that there are no small business manufacturers, it may issue a waiver to the nonmanufacturer rule. In addition, SBA has excepted procurements processed under simplified acquisition procedures, where the anticipated cost of the procurement will not exceed $25,000, from the nonmanufacturer rule. Waivers permit small businesses to provide any firm's product. Please see FAR 19.502-2 for more information and exceptions. For this procurement, the associated North American Industrial Classification System (NAICS) code is 511210 with a small business size standard of $25M employees / average annual receipts." Bid MUST be good for 30 calendar days after close of buy. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil. Vendors must be currently registered and have a valid certification in the Online Representation and Certifications Application (ORCA) (https://orca.bpn.gov) as well as have a current Central Contractor Registration (CCR) at www.ccr.gov before and award can be made. Please see attachment 1 - Additional Terms and Conditions. All proposed bids must be in compliance with all the terms and conditions contained within the attachment. To be determined responsive, Offerors must provide a proposed price for every line item. Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of proposals meeting the technical requirements of Attachment 1 - Additional Terms and Conditions. Only the lowest priced bid will be evaluated to determine technical acceptability. If the lowest priced bid is not technically acceptable, the next lowest priced bid will be evaluated until a bid is determined to be technically acceptable. The attached Brand Name Justification authorizes a brand name procurement for other than full and open competition. Vendors shall only base their bids on the specific items requested in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS03-11-B-CIO261/listing.html)
 
Place of Performance
Address: , null null
Zip Code: null
 
Record
SN02402163-W 20110318/110316234532-e9d5594e1ff511a9780bd48d44f8fa9a (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.