Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2016 FBO #5336
SOLICITATION NOTICE

70 -- Oracle Weblogic Server Management Pack Enterprise Edition or Equal to Maintenance - Package #1

Notice Date
7/1/2016
 
Notice Type
Cancellation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-16-SOL-1165128
 
Archive Date
8/2/2016
 
Point of Contact
Steven Chang, Phone: 240-402-7527
 
E-Mail Address
Tzeleong.Chang@fda.hhs.gov
(Tzeleong.Chang@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work STATEMENT OF WORK WEBLOGIC SERVER MANAGEMENT PACK ENTERPRISE EDITION OR EQUAL TO MAINTENACE Version Date 07/01/2016 1.BACKGROUND The goal of the FDA's Office of Information Management (OIM) is to ensure strategic investment in Information Technology (IT) allowing FDA to collect, store and analyze large volumes of regulatory, scientific, and risk based information. Enhancing IT infrastructure while creating a robust foundation enables interoperability across the FDA, resulting in a bioinformatics environment to better meet the FDA mission of protecting Public Health in an increasingly globalized economy. FDA recently bought Oracle's next generation Oracle Exalogic servers, a complete hardware and software platform for Enterprise applications delivered by Oracle as pre-assembled building blocks that are easy to buy, deploy and operate. Exalogic is an engineered system, an assemblage of best-of-breed storage, compute, network, operating system and software products that are integrated, tested, tuned, optimized, delivered and supported by Oracle as a single factory-assembled unit. In order to manage Oracle Exalogic server efficiently, FDA uses Weblogic Server Management Pack to manage and improve performance and availability of Java applications and web services, improves service by avoiding downtime, and reduces cost by automating manual and error-prone operations. 2.OBJECTIVE The purpose of this contract is to acquire support for the Oracle Weblogic Server Management Pack Enterprise Edition or Equal to Maintenance. The WebLogic Server Management Pack EE or Equal to Maintenance shall greatly improves application performance by providing unique functionality to automatically detect performance bottlenecks; quickly diagnose these performance problems, and identify their root cause. The Weblogic Server Management Pack EE or Equal to Maintenance shall also provide comprehensive configuration management capabilities for middleware software and its underlying hardware that help customers to maximize value of their IT assets, increase the quality of IT services, reduce the cost of managing IT, and meet IT compliance requirements. 3.SOFTWARE LICENSE AND MAINTENANCE The Contractor shall provide WebLogic Server Management Pack EE or Equal to Maintenance to include support and patch maintenance. The Contractor shall provide software licenses for one year of maintenance, with options to acquire additional maintenance thereafter. 4.SCOPE The scope of this contract is to procure maintenance of WebLogic Server Management Pack tool or Equal to Maintenance. The Contractor shall provide maintenance support for WebLogic Server Management Pack software included in the following Tasks. This product is being used and managed by Office of Information Management (OIM) within FDA. Acquisition support for the task is currently provided by the OIM/DBPS (Office of Information Management/ Division of Business Partnership and Support) IT License team. The Contractor shall provide maintenance on the renewal support for this license for the WebLogic Server Management Pack previously purchased by FDA (FY13 and earlier) and are not part of the National Institute of Health (NIH) inventory. 5.SPECIFIC TASKS Maintenance and Technical Support: The Contractor shall provide the following services: •Provide program updates, fixes, security alerts and critical patch updates. •Upgrade scripts. •Provide certification with most new third party products/versions. •Provide major product and technology releases, which includes general maintenance releases, selected functionality releases, and documentation updates. •Provide assistance with service requests 24 hours per day, 7 days a week. •Provide access to My Oracle Support (24 x 7 web-based customer support systems), including the ability to log service requests online. 6.Deliverables RefOracle Part NumberDescriptionQuantities RequiredDue DateUnit PriceTotal Price 5Weblogic Server Management Pack or equal to maintenance605 days after award 7.Period of Performance The Period of Performance is August 5, 2016 to August 4, 2017. 8.PLACE OF PERFORMANCE The current FDA data centers are as follows, note that additional data centers may be added or removed without prior notification to the Contractor: Contracted Hosted Data Center (CHDC) Ashburn Data Center Ashburn, VA White Oak Data Center (WODC) 10903 New Hampshire Avenue Silver Spring, MD 20993 Harvey W. Wiley Building 5100 Paint Branch Parkway College Park, MD 20740 National Center for Toxilogical Research (NCTR) 3900 NCTR Road Jefferson, AR 72079 OAK8 Data Center 2098 Gaither Road Rockville, MD 20850 9.GOVERNEMENT POINTS OF CONTACT To Be Determined 10.CONTACT TYPE This is a firm-fixed-price order. 11.AUTHORIZED CONTRACTOR The Contractor shall be the software Original Equipment Manufacturer (OEM) or an authorized reseller/servicing agent of the software OEM. The Contractor shall not void any warranties, usage terms and conditions of the FDA's perpetual licenses. The Contractor shall notify the Contract Specialist / Contracting Officer immediately if this requirement is registered by a reseller with the OEM. 12.CLAUSES The below Health and Human Services Acquisition Regulation (HHSAR) Clauses apply. HHSAR Clauses can be viewed in full text at: http://www.hhs.gov/policies/hhsar/subpart352.html#subpart352.1--InstructionsforUsingProvisionsandClauses 352.203-70 - Anti-Lobbying (DEC 2015) 352.222-70 - Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 2015) 352.239-74 - Electronic Information and Technology Accessibility (DEC 2015) The below Federal Acquisition Regulation (FAR) Clauses apply. FAR Clauses can be viewed in full text at: http://www.acquisition.gov/far/current/html/FARTOCP52.html#wp372482 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 any time prior to contract expiration. (End of Clause) 52.227-19 - Commercial Computer Software License (Dec 2007) 52.232-39 - Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 -- Providing Accelerated Payment to Small Business Subcontractors (Dec 2013) 13.SECTION 508 COMPLIANCE REQUIREMENT Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) requires Federal agencies to purchase electronic and information technologies (EIT) that meet specific accessibility standards. This law helps to ensure that federal employees with disabilities have access to, and use of, the information and data they need to do their jobs. Furthermore, this law ensures that members of the public with disabilities have the ability to access government information and services. There are three regulations addressing the requirements detailed in Section 508. The Section 508 technical and functional standards are codified at 36 CFR Part 1194 and may be accessed through the Access Board's Web site at http://www.access-board.gov. The second regulation issued to implement Section 508 is the Federal Acquisition Regulation (FAR). FAR Part 39.2 requires that agency acquisitions of Electronic and Information Technology (EIT) comply with the Access Board's standards. The entire FAR is found at Chapter 1 of the Code of Federal Register (CFR) Title 48, located at http://www.acquisition.gov. The FAR rule implementing Section 508 can be found at http://www.section508.gov. The third applicable regulation is the HHS Acquisition Regulation (HHSAR). Regardless of format, all Web content or communications materials produced for publication on or delivery via HHS Web sites - including text, audio or video - must conform to applicable Section 508 standards to allow federal employees and members of the public with disabilities to access information that is comparable to information provided to persons without disabilities. All contractors (including subcontractors) or consultants responsible for preparing or posting content intended for use on an HHS-funded or HHS-managed Web site must comply with applicable Section 508 accessibility standards, and where applicable, those set forth in the referenced policy or standards documents below. Remediation of any materials that do not comply with the applicable provisions of 36 CFR Part 1194 as set forth in the SOW, shall be the responsibility of the contractor or consultant retained to produce the Web-suitable content or communications material. Unless an agency exception to this requirement exists, the Contractor must conform to applicable Section 508 standards and must apply best practices associated with Section 508 compliance during the application design, development, and testing phases. The Contractor shall utilize FDA approved tools to verify the compliance with the Section 508 standards and ensure the delivery of the fully compliant products. The following Section 508 provisions apply to the content identified in this SOW: § 1194.21 - Software applications and operating systems § 1194.22 - Web-based intranet and internet information and applications § 1194.41 - Information, documentation, and support 14.ORDER OF PRECEDENCE The Contractor shall following the terms and conditions of this order. Should the Contractor include any additional terms and conditions resulting in conflicts between this document and the Contractor's document, the Order of Precedence shall be as specified in FAR Clause 52.212-4, dated May 2015. Any governing law language appearing in any Contractor terms or conditions shall be treated as null, void and stricken. Any additional terms and conditions identified with a web link and/or incorporated by reference shall be stricken and removed from this order (not the Schedule). The Contractor shall provide all terms and conditions with their quotations as attachments, appendixes, etc. In the event of any inconsistencies between any licensing agreement incorporated into this order as an attachment and the FAR and HHSAR Clauses incorporated into this order, the FAR or HHSAR Clauses shall take precedence. 15.INSTRUCTIONS TO QUOTERS Provisions: 352.239-73 - Electronic Information and Technology Accessibility Notice (DEC 2015) 52.211-6 - Brand Name or Equal (Aug 1999) 52.212-4 -- Contract Terms and Conditions -- Commercial Items (May 2015) Quoter shall certify their quotes to be valid for 60 days. Incomplete pricing or pricing with omissions may not be considered for award. All quotes will be evaluated on a Lowest Priced Technically Acceptable (LPTA) basis. FDA anticipates that this contract will be firm fixed price. Quoters shall submit one (1) copy of their quotation with pricing information. Equal to quotes must meet all the salient characteristics in order to be considered technically acceptable. If the part numbers are different from the vendors' part numbers, Quoters shall map their part numbers to the vendor's part numbers. Compatibility: FDA is purchasing this equipment on a "Brand Name or Equal" basis. In order to be considered an "equal" solution, an alternative solution must be compatible with the equipment already owned by FDA. Maintenance provided shall not void any warranties, usage terms and conditions of the FDA's perpetual licenses.. For the purposes of this RFQ, FDA defines compatible as meaning that there will be no communication, performance, maintainability issues in the interconnection of solutions with different configurations. Equal to quotes must submit a separate Technical quote with detailed point-by-point description of how the equal to product meets all the salient characteristics of this SOW. Quotes with the specified Oracle Software license and maintenance service meeting all the salient characteristics of this SOW is not required to submit a separate Technical Quotes. Technical quotes shall not contain pricing information. All Quoters providing quotations must clearly state the overall cost to the Government. Quoters shall submit all applicable terms and conditions in full text as attachments, appendix, or exhibits. Quoters shall submit Product Accessibility Templates (PAT) in full text with their quotations. Quoters providing quotations must clearly state the overall cost to the Government. Quoters shall submit all assumptions in their quotation. The Quoter shall notify the Contract Specialist / Contracting Officer immediately if this requirement is registered by a reseller with the Original Equipment Manufacturer (OEM). Quoters are advised that additional terms and conditions submitted with their quotation that is in conflict of the terms and conditions of this solicitation may be deemed as technically unacceptable and as such not be considered for award. Quoters shall submit the terms and conditions in full text with their quote. Quoters are advised to provide their best prices in their quotation. The Government does not intend to have communications to allow revision of the quotation. But the Government reserves the right to communicate with Quoters should the Government determined it is necessary for quotation revisions prior to award. 16.AWARD DETERMINATION All quotations will be evaluated on a Lowest Priced Technically Acceptable (LPTA) basis.The award will be made to the lowest price Quoter that demonstrates they can meet all the requirements of this solicitation. Failure to demonstrate meeting any of the requirements will result in a rating of technically unacceptable and will not be considered for award. Incomplete quotation will not be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-16-SOL-1165128/listing.html)
 
Record
SN04169579-W 20160703/160701234009-bbf529a98649fea6a6d32ecffab4c85e (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.