Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
MODIFICATION

70 -- GO-TO-ASSIST

Notice Date
9/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
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-0413
 
Archive Date
9/26/2015
 
Point of Contact
Rico A. Marquez, Phone: 2026937986
 
E-Mail Address
marquez.rico.a@dol.gov
(marquez.rico.a@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION (I) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 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. (II) This solicitation document is issued as a request for proposal (RFP). Submit written proposals for RFP number DOL-15OCIOCIONAT-0413. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. (IV) This acquisition is set aside 100% for small businesses. The associated NAICS code is 541519. The small business size standard is 150 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial services: 0001. GO-TO-ASSIST, 85 EA Delivery shall be no later than 30 days from date of award. Period of performance shall 12 months from date of award. (VI) Description of requirements is as follows: A. Background Information OCIO's Enterprise service desk technicians are using the licenses for Citrix Go-To-Assist to remotely connect to users' workstations. B. Technical Objectives The purpose is to provide maintenance and support for DOL's existing 85 Go-To-Assist licenses. Go-To-Assist is a secure solution that is approved for use on Office of the Chief Information Officer's (OCIO) network in the Department of Labor (DOL), that allows the service desk technicians to connect to users' workstations to troubleshoot and resolve technical problems. Maintenance and support for DOL's existing Go-To-Assist licenses; software maintenance and 24x7 support as indicated in the standard maintenance and support agreement package which include software updates, and technical support; and the vendor will provide professional services to include administration and installation training to travel to customer locations to provide onsite consultation & support. Travel & expenses will be billed according to government Joint Travel Regulations (JTR). The work will be completed within the Washington DC area. SERVICES TO BE PERFORMED A. 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. B. Specific Requirements Under this statement of work, the vendor shall provide the items as listed: QTY Part Number Description 85 COL113GTAARUSDOL Brocade 4HR Onsite Support, BR-DCX8514 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 200 Constitution Ave., NW Room:TBD Washington, DC 20210 (VII) Date(s) and place(s) of delivery and acceptance and FOB point: N/A (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 (MAR 2015) applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 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) (41 U.S.C. 3509)). 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 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 Rerepresentation (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 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 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, Acquisition of EPEAT®- Registered Personal Computer Products (Jul 2014) (E.O.s 13423 and 13514). 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). The following additional FAR clauses are applicable to this acquisition: 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) 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 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: N/A (XIV) Defense Priorities and Allocations System (DPAS): N/A (XV) Offers are due no later than 3:00 P.M. ET on September 11, 2015. All offers must be e-mailed to the attention of Rico Marquez, Email: Marquez.Rico.A@dol.gov. (XVI) Any questions regarding this solicitation should be directed to Rico Marquez, Email: Marquez.Rico.A@dol.gov and Lesa L. Austin, Email: Austin.Lesa.L@dol.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/15-OCIO-CIO-NAT-0413/listing.html)
 
Place of Performance
Address: U.S. Department of Labor, 200 Constitution Ave., NW, Room:TBD, Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN03880304-W 20150912/150911000306-75fc4d8b34ffcefbe26d5b1607334cb7 (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.