Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

70 -- NetIQ Security Manager Support - (Draft)

Notice Date
8/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Interior, National Business Center, AQD - Herndon, 381 Elden St. Mail Stop 2510, Herndon, Virginia, 20170, United States
 
ZIP Code
20170
 
Solicitation Number
WZ111066
 
Archive Date
9/17/2011
 
Point of Contact
Tamia True, , Cassandra Sterba,
 
E-Mail Address
Tamia.True@aqd.nbc.gov, Cassandra.Sterba@aqd.nbc.gov
(Tamia.True@aqd.nbc.gov, Cassandra.Sterba@aqd.nbc.gov)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification and Approval Document Subject: NetIQ Security Manager Support Solicitation Number: WZ111066 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation will not be issued. This Request for Quote (RFQ) is being issued by the Department of the Interior, National Business Center, Acquisition Services Directorate. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. NAICS: 511210, entitled Software Publishers. Items required on an annual basis: 6006-MNT-E-US NetIQ Security Manager for Enterprise QTY: 60. 5771-MNT-E-US NetIQ Security Manager - 1 Server Foundation License QTY: 60. 5367-MNT-E-US Group Policy Guardian for Security Manager - 100 users QTY: 200. 6161-MNT-E-US NetIQ Change Guardian for AD-1 QTY: 120. Quotes should be for a base year and four one-year optional periods, beginning September 29, 2011. Quotes should be broken out by year, with a total price for the base and all option periods. Delivery is as follows: U S Department of the Interior ATTN: Steve Argo 6th & Kipling St., DFC Bldg 53 Entrance E9 Denver, CO 80225 The resulting award will be a Firm Fixed-Price purchase order. Questions resulting from this Solicitation shall be sent to the Contracting Officer at the email address below by 2pm Eastern Time on August 30, 2011. Acquisition Services Directorate will answer questions which may affect all offers in an amendment to the solicitation. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective offerors. Responses to this solicitation are due on September 2, 2011 at 2 pm Eastern Time. Responses should be sent via email to the Contracting Officer address as shown below. Contracting Office: DOI/NBC/Acquisition Services Directorate 381 Elden St., Suite 4000 Herndon, VA 20170 ATTN: Tamia A. True, Contracting Officer Email: tamia.true@aqd.nbc.gov The following provisions and clauses apply to this RFQ: FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation - Commercial Items, with the following criteria being used to evaluate quotes: Quotes will be evaluated on a lowest price technically acceptable basis. Technical acceptability will be determined by the following factors: a. The quote must be for the brand name specified for this requirement. b. The quote must be from a certified NetIQ reseller. c. The quote must be for the items specified in this RFQ. d. The quote must be for the quantities specified in this RFQ. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2011) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) including the following addenda: All payment requests shall be submitted to US Department of the Interior National Business Center Attn: Finance D-2777 PO Box 272025 Denver, CO 80227-9025. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2011) with the following clauses selected: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995); 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010); 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.219-8, Utilization of Small Business Concerns (Jan 2011); 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003). FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007), FAR 52.217-5 Evaluation of Options (Jul 1990), 52.232-18 Availability of Funds (Apr 1984) Applicable to All Years, 52.232-19 Availability of Funds For The Next Fiscal Year (Apr 1984). 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 14 days. (End of Clause) 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 7 days; 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 5 years. (End of Clause) IAW DIAPR 2010-18 AUTHORITIES AND DELEGATIONS (MAY 2010) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. The COR for this contract will be: To be determined at award. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (End of Clause) CUSTOM CLAUSE #1 INVOICING INSTRUCTIONS Original Invoices for supplies/services provided under this Delivery/Task Order shall be submitted [monthly in arrears] with proper documentation in accordance with the Prompt Payment Act, FAR 52.232-25 to: U.S. Department of the Interior National Business Center Attn: Finance D-2777 P O Box 272025 Denver, CO 80227-9025 Submit copies of all invoices simultaneously to the CO: DOI/NBC/AQD ATTN: Division I Branch III Contracting Officer 381 Elden Street Ste 4000 Herndon, VA 20170 Email: to be determined upon award For invoice status contact the payment center at: OSPayments_NBCDENVER@nbc.gov Invoice Contents: Invoices will be paid upon approval and acceptance by the Government COR. Invoices must include, as a minimum, the following information: 1. CLIN/Item number of deliverable 2. Description of deliverable 3. Price of deliverable 4. Quantity of deliverable 5. Date deliverable was provided to the Government for inspection 6. Serial number/part number if applicable 7. Other Direct Costs (ODC's) incurred (including supporting documentation/receipts of all other charges) for the current billing period and cumulative to date. The contractor is responsible for ensuring invoices submitted are accurate and complete, and all labor, travel and other direct costs are in accordance with federal guidelines, the FTR and other Government mandates and directives. Additional supporting documentation MAY BE REQUESTED at the discretion of the COTR. Travel invoices must include the name of the traveler, travel itinerary, purpose of travel (event, exercise, workshop, etc), and any other documentation requested by the COTR for Finance/Administration. A copy of the approved travel request form (attached to the Statement of Work) should be attached for reference. Payment: a. Payments under this order will be due 30 calendar days after the date of actual receipt of proper invoice in the office designated to receive the original invoice or final acceptance of the goods or services, whichever is later. b. The date of the check issued in payment or the date of payment by wire transfer through the Treasury Financial Communications System shall be considered to be the day payment is made. Final Invoice: Within sixty calendar days of product acceptance and/or completion of services: a. The contractor shall submit a final invoice, designated as such by a clear statement of "FINAL INVOICE" on the face of the invoice document. b. The contractor shall provide a certificate of completion which certifies all goods and service have been provided as required by this task order. c. The contractor shall provide a release of claims against the government for any further payment under this task order. The sixty calendar day submission timeframe shall not be extended without written authorization from the contracting officer. In the event items a, b, or c above are not submitted within the authorized timeframe, the contracting officer will make final cost determinations in order to make final payment and close out the contract unilaterally. (End Custom Clause #1)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ea3c2a49d7e396572f689ef69d8f2579)
 
Place of Performance
Address: U S Department of the Interior, ATTN: Steve Argo, 6th & Kipling St., DFC Bldg 53, Devner, Colorado, 80225, United States
Zip Code: 80225
 
Record
SN02552173-W 20110828/110827000322-ea3c2a49d7e396572f689ef69d8f2579 (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.