Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

70 -- Oracle Premier Support for Systems

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Battle Creek, HDI Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
SP4707-11-Q-0136
 
Archive Date
10/12/2011
 
Point of Contact
David Stemple, Phone: 2699615372
 
E-Mail Address
david.stemple@dla.mil
(david.stemple@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Defense Logistics Agency has a requirement for Oracle Premier Support for Systems. This is issued as Request for Quotation (RFQ) # SP4707-11-Q-0136. Place of performance is Columbus, Ohio. Inspection, acceptance and F.O.B. are at destination, Columbus, Ohio. Delivery shall be no later than 30 calendar days after award date. 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; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #2005-53. A redacted copy of the required brand-name justification is included within this announcement. This acquisition is set aside 100% for small business concerns. The NAICS code for this action is 541519 with a SBA size standard of $25 million in average annual receipts. Offerors shall provide a price for each contract line item number (CLIN) in their quote. Quotes with quantities of less than requested or products other than those requested will be deemed technically unacceptable. CLIN Descriptions: CLIN 001: Oracle Premier Support for Systems, SUN T5120, P/N: Q-PREM-SPRT-SYS, QTY: 02 EA, S/N's: BDL1035DEA & BDL1035DE9. Redacted Brand Name Justification: The Sun Server requires a 24x7 critical support agreement. If the Government fails to execute the required, NOSC and NEMO applications may be affected, the applications on the SUN server would be inaccessible. The risk of mission failure for NOSC and NEMO Checkpoint Firewall is considered high if the 24x7-hardware support is not renewed. Additionally, the lack of support could cause a disruption and/or delay in NOSC and NEMO's ability to provide services to DLA and DoD customers. If the support agreement is not purchased and problems arise, DLA Information Operations will be forced to take the Sun equipment offline until DLA can acquire a support agreement. The required support service and software support must be provided by a provider authorized to perform maintenance on SUN T5120 because of the proprietary nature of the server software and the rights to receive software updates, The SUN T5120 backup media servers must be serviced by an Oracle representative/ technician authorized to perform maintenance on the SUN T5120 server. Only Oracle, or their authorized value added resellers can provide the required services for the SUN T5120 backup media servers without risking a system failure due to improper servicing. Offeror shall be an authorized Oracle Partner Network reseller and shall source all products directly from Oracle, or through their approved sources only. Offers with quantities of less than requested or products other than those requested will be deemed technically unacceptable. The evaluation factor(s) for award is; lowest-price, technically acceptable. Any resulting contract or order will be firm-fixed price. Place "SP4707-11-Q-0136" in the subject field of any e-mail correspondence. Questions regarding this RFQ are due by Friday, September 16, 2011 at 4:00 p.m. EST. Responses are due by Monday, September 19, 2011 at 4:00 p.m. EST. Please include your Cage code with your quote. Questions and/or quotations may be submitted by e-mail to David Stemple, the primary point of contact for this announcement, at david.stemple@dla.mil, or by FAX: (269) 961-4226. The following clauses/provisions are hereby incorporated by reference. Clauses may be accessed on the Internet at http://farsite.hill.af.mil. Instructions to Offerors -- Commercial Items (Jun 2009) -- FAR 52.212-1 Offeror Representations and Certifications -- Commercial Items (Aug 2009) -- FAR 52.212-3 Contract Terms and Conditions -- Commercial Items. (Mar 2009) -- FAR 52.212-4 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Sept 2009) --FAR 52.212-5 In paragraph (a) the following clauses apply: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) In paragraph (b) the following clauses apply: _X_ (9) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). _X_ (19) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). _X_ (20) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (21) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _X_ (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (31) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). _X_ (40) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). _X_ (43) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2005) -- DFARS 252.212.7001 In paragraph (b) the following clauses apply: (1) _X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f7fb74fd10e00683bb47226cdedda09e)
 
Place of Performance
Address: Defense Supply Center Columbus, 3990 E. Broad Street, Columbus, Ohio, 43218, United States
Zip Code: 43218
 
Record
SN02571913-W 20110914/110912235510-f7fb74fd10e00683bb47226cdedda09e (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.