Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2014 FBO #4612
MODIFICATION

D -- OPTION - Tier 3 Technical Support

Notice Date
7/9/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
2 Massachusetts Avenue Northeast, Washington, DC 20002
 
ZIP Code
20002
 
Solicitation Number
14-BOLS-OTS-NAT-0036a
 
Response Due
7/11/2014
 
Archive Date
1/7/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total 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, as supplemented with additional information included in this notice.The solicitation number is 14-BOLS-OTS-NAT-0036a 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 2005-75. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 with a small business size standard of $25.50M.This requirement is a [ Small Business ] 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 2014-07-11 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Washington, DC 20212 The DOL BLS Washington DC requires the following items, Meet or Exceed, to the following: Base Period of Performance: 08/01/2014 - 07/31/2015 LI 001: This requirement is for tier 3 technical support for the following technologies: VMware; Citrix XenApp; Windows 2008 and 2012 servers (Active Directory, Microsoft Exchange, and SharePoint). Total hours during the POP timeframe is 120 hours of 24x7/365 emergency support, scheduled training/maintenance (The 120 hours will be used on an as needed basis). Engineer on duty (EOD) will respond within 4 hour via telephone and next day onsite. POP: 8/1/14 ? 7/31/15: if on-site is required: 2 Massachusetts Ave. NE Washington, DC 20212., 120, HRS; 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, DOL BLS Washington DC 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. DOL BLS Washington DC 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. An original invoice shall be prepared and submitted to the Department of Labor (DOL) by email to: DOL-BLS@quickpay.dol.gov 1). Electronic PDF/TIFF Invoice Submittal In an effort to support the eCommerce initiative and expedite vendor payment processing, the DOL requires invoices to be submitted electronically. The contractor shall: a. Address the invoice to the appropriate e-mail address specified above. b. Submit the invoice via attachment in PDF or TIFF format. c. Submit only one invoice per electronic submittal. d. Enter specific information in the subject line of the e-mail in the following format:, DOL Agency,, Invoice Number, Example: ABC Co, OASAM, DOL00-00-X0000/X0000, Invoice Number AB-1298433, $15,000.00. e. Wait for either a success or failure e-mail response, regarding the invoice e-mail, before sending in another e-mail with the same invoice attachment. The contractor MUST NOT: a. Submit an invoice that exceeds the size limit of 16 megabytes (approximately 400-500 pages). However, if the invoice exceeds this limit, a summary invoice attachment of less than 16 megabytes should be e-mailed to the payment e-mail address above; while the detailed invoice, including any supplemental information, shall be sent to BLS Payment Office at the address (specified in paragraph 2 below). b. Submit an invoice that is heavy in shading or color. 1. An e-mailed PDF image cannot have any text that has a background with any color other than white. If the image has a shaded background, it will be converted to black, and the text will be illegible. 2. An emailed TIFF image must be black and white. c. Submit more than one attachment, as subsequent attachments will not be recognized. d. Submit more than one invoice in a single attachment. e. Attempt to use the ?Recall or Resend? email message feature. General Information Payment due dates will be calculated only from the date that invoices are received in the electronic invoicing e-mail box and determined to be proper invoices. Inquiries regarding invoices should be e-mailed to BLSInvoiceInquiries@dol.gov. The relevant invoice must be attached to the inquiry e-mail and the subject line of the e-mail must state ?INQUIRY,? followed by the information described in paragraph 1).d. above. Example: INQUIRY:, DOL Agency,, Invoice Number, Do NOT use the electronic invoicing e-mail address for inquiries about the invoice. 2). Paper Invoices submitted via fax or U.S. mail Paper invoices should only be faxed or mailed when electronic email cannot be accomplished. When invoices must be faxed due to e-mail size limitations, fax them to: 202-691-7796 When paper invoices must be mailed due to e-mail size limitations, mail them to the following address: U.S. Department of Labor Bureau of Labor Statistics 2 Massachusetts Avenue, N.E. Room 4135 Washington, D.C. 20212 To be considered for award, all Sellers must be manufacturer/ Federally authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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 https://www.acquisition.gov/far/. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Bid MUST be good for 30 calendar days after close of Buy. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. The Federal Electronic and Information Technology Accessibility Standards (36 CFR 1194) are incorporated into and made a part of this contract. A printed copy of the standards will be supplied upon request. The contractor must comply with the above referenced standards in performing this contract. (a) The contractor represents by signing this offer that the supplies and services offered in response to this solicitation, except for those identified in paragraph (b), comply fully with the Electronic and Information Technology Accessibility Standards at 36 CFR 1194. Each supply or service that will not be totally compliant at time of delivery or is only partially compliant is listed in paragraph (b). (b) All noncompliant and partially compliant supplies or services are listed below. In addition, for each supply or service that is not in full compliance, or is partially compliant, a detailed discussion of which standards are satisfied and which standards are not satisfied by the offered supply or service is included. Also, any qualifications or conditions that might affect compliance with Section 508 of the proposed supplies or services are described. The list will be kept current during the period of performance. Questions are due by COB 7/9/2014. Questions after the deadline may not be considered. If any questions are asked a repost will be completed to include Q&A document prior to the close of the Buy. To assist with evaluation, please include any pertinent information you wish to be considered with your bid (i.e. capabilities statement) 1. Does the customer have manufacturer?s support contracts in place for all the products? A: Yes 2. Will the manufacturer?s support contracts be available to the contractor? A: No 3. Will the customer allow remote access to its systems for troubleshooting purposes? A: No
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/14-BOLS-OTS-NAT-0036a/listing.html)
 
Place of Performance
Address: Washington, DC 20212
Zip Code: 20212
 
Record
SN03418559-W 20140711/140710022513-8cc8cb5302c46a16b3a9ac9bd189d8fa (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.