Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
MODIFICATION

70 -- App Dynamic Software Licenses - Justification

Notice Date
7/14/2015
 
Notice Type
Modification/Amendment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
15-OCIO-CIO-NAT-0311
 
Point of Contact
Leslie A Tabash,
 
E-Mail Address
tabash.leslie.a@dol.gov
(tabash.leslie.a@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Justification - AppDynamics AMENDMENT - EXTENDED DEADLINE TO 12:00 PM EST 20 JUL 2015 with UPDATED JUSTIFICATION. (I) 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. (II) The solicitation number is 15-OCIO-CIO-NAT-0311 and is issued as a Request for Quotations (RFQ). (III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-82. (IV)The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a size standard of 100 employees. This acquisition is set aside for small businesses. (V) This combined solicitation/synopsis is for purchase of the following commercial services: Line Item QTY Part Number Description 1 27 Mfg# PRO-JAVA-12-ONPR AppDynamics Pro Edition - Java - 1 Yr - On-Premise 2 400 Mfg# PRO-JAVA-12-ONPR AppDynamics Pro Edition - Java - 1 Yr - On-Premise - Limited Use 3 4 Mfg# PRO-DB-12-ONPR AppDynamics Pro Edition - Database - 1 Yr - On-Premise 4 27 Mfg# TST-JAVA-12-ONPR App Dynamics Test & Dev 5 4 Mfg# TST-DB-12-ONPR AppDynamics Test & Dev Edition - Database - 1 Yr - On-Premise 6 1 Mfg# ENB-BAO-03-LCTU Basic Adoption Offering (VI) Description of requirements is as follows: Background Information The Office of Workers' Compensation Programs requires sufficient AppDynamics agents/licenses to monitor all services, end to end for the iFECS (integrated Federal Employee Compensation System) application, including their limited agent licenses for clients PCs throughout the regions for DFEC (Division of Federal Employees' Compensation), and the OIS (Office of Workers' Compensation Imaging System) application for DAO/BTS (Division of Administration and Operations/Branch of Technical Standards). Technical Objectives OWCP requires purchase, installation, and configuration of the Application Dynamics (AppDynamics) monitoring tool software suite in order to provide the following features: - Rapid identification of production environment problems before user experiences the issue. - More timely access to data needed to diagnose errors in the production environment. - Profile and baseline the system's/application's performance over time. - Identify long running processes and bottlenecks. - Provide visibility into client machines and execution. - Monitor the conversation between front end client application, middle-tier, and back end server and database. - Assist with physical platform analysis and performance. - Reduction/elimination of large log based server files. Period of Performance The period of performance is for 12 months. General Requirements The vendor shall independently perform all work and furnish all labor, materials, supplies, equipment, and services (except as otherwise specified in the contract). The provider of information technology shall certify, by submitting a proposal to this acquisition, that: All components and applications are fully functional and operate correctly as intended on systems, and meet federal network and security requirements and guidelines. All components and applications are in new condition and authorized by the original manufacturer, covered under the manufacturer's warranties, and entitled to any included support and maintenance agreements. Delivery The vendor will verify the complete order, excluding back ordered items, for accuracy before delivering in a single bulk shipment to: U.S. Department of Labor OWCP 200 Constitution Ave, NW Washington, DC 20210 (VIII) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (APR 2014), applies to this acquisition. (IX) The provision at FAR 52.212-2, Evaluation - Commercial Items (OCT 2014), applies to this acquisition. The following evaluation criteria shall be used to evaluate offers: (1) Technical (2) Past Performance (3) Price The lowest price technically acceptable source selection process is applicable to this acquisition. Technical proposals are being evaluated based on personnel qualification and/or educational requirements of proposed personnel. To be technically acceptable offeror must meet qualification(s) in section VI. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (MAR 2015), with its proposal. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2015) applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (JUL 2014) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (JUL 2014) (38 U.S.C. 4212). 52.222-54, Employment Eligibility Verification (AUG 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (JUN 2014) (E.O. 13423). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (JUL 2013) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 52.222-17 NONDISPLACEMENT OF QUALIFIED WORKERS (MAY 2014) 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS (DEC 2012) 52.232-1 PAYMENTS (APR 1984) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (APR 2015) (XIII) Additional contract requirements: 52.202-1 DEFINITIONS (NOV 2013) 52.203-5 COVENANT AGAINST CONTINGENT FEES (MAY 2014) 52.203-7 ANTI-KICKBACK PROCEDURES (MAY 2014) 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.225-25 PROHIBITION ON CONTRACTING WIHT ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN - REPRESENTATION AND CERTIFICATIONS (DEC 2012) 52.232-1 PAYMENTS (APR 1984) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (APR 2015) 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 30 days of the contract expiration. DOLAR 2952.201-70 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (MAY 2004) (a) TBD is hereby designated to act as contracting officer's technical representative (COR) under this contract. (b) The COR is responsible, as applicable, for: receiving all deliverables; inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual scope of work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment. (c) The COR does not have the authority to alter the contractor's obligations under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If, as a result of technical discussions, it is desirable to alter/change contractual obligations or the scope of work, the contracting officer must issue such changes. This solicitation requires registration with the System for Award (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Third party vendors will NOT be accepted. The vendor shall quote ALL items; provide any additional authorized reseller/certification letters to be eligible for award. A vendor's failure to attach all proper documentation requested in the RFQ will NOT be considered for award. (XIV) Defense Priorities and Allocations System (DPAS): N/A (XV) Offers are due no later than 12:00 P.M. ET on 20 JUL 2015. All offers must be e-mailed to the attention of Leslie Tabash, E-mail: Tabash.leslie.a@dol.gov. (XVI) Any questions regarding this solicitation should be directed to Leslie Tabash at E-mail: Tabash.leslie.a@dol.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/15-OCIO-CIO-NAT-0311/listing.html)
 
Place of Performance
Address: U.S. Department of Labor, OWCP, 200 Constitution Ave, NW, Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN03795554-W 20150716/150714234758-a6977098e3820f243a1ab40a73a865b8 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.