Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
SOLICITATION NOTICE

70 -- Riverbed Maintenance

Notice Date
7/7/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
SB1335-16-Q-02152
 
Archive Date
8/2/2016
 
Point of Contact
Dora M. Sanders, Phone: 2024822501
 
E-Mail Address
dsanders.ctr@ntia.doc.gov
(dsanders.ctr@ntia.doc.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIALITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 - STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS - AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-88-1 and Commerce Acquisition Manual (CAM) clauses attached hereto*** The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of 500 employees. However, this requirement is Set Aside for (1st) Hubzones and/or (2nd) Small business and only qualified offerors may submit a quotation.*** *** The National Telecommunications and Information Administration (NTIA) is seeking to purchase Riverbed Software Maintenance, CLINs: (Base Year - 12-month) - 0001, MNT-EHR-3U, Support-xx20/xx50/INT9350/WWA 3U, Serial Number: R50KQ000AE69D, Quantity: 1 Each; CLIN 0002, MNT-EHR-3U, Support-xx20/xx50/INT9350/WWA 3U - Serial Number: R50HN000AFBD9, Quantity: 1 Each; CLIN 0003, MNT-GLD-SHA-05050, Steelhead 5050 Gold Support, Serial Number: R50KQ000AE69D, Quantity: 1 Each; CLIN 0004, MNT-GLD-SHA-05050, Steelhead 5050 Gold Support, Serial Number: R50HN000AFBD9, Quantity: 1 Each and (Option Year One - 12-month) CLINs: 1001, MNT-EHR-3U, Support-xx20/xx50/INT9350/WWA 3U, Serial Number: R50KQ000AE69D, Quantity: 1 Each; CLIN 1002, MNT-EHR-3U, Support-xx20/xx50/INT9350/WWA 3U - Serial Number: R50HN000AFBD9, Quantity: 1 Each; CLIN 1003, MNT-GLD-SHA-05050, Steelhead 5050 Gold Support, Serial Number: R50KQ000AE69D, Quantity: 1 Each; CLIN 1004, MNT-GLD-SHA-05050, Steelhead 5050 Gold Support, Serial Number: R50HN000AFBD9, Quantity: 1 Each. ***All interested vendors shall provide a quote for all CLINs 0001 thru 0004 (Base Year) and CLINs 1001 thru 1004 (Option Year One): ***Delivery shall be FOB Destination - that means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all CLINs (Exact match to Spec. -- No substitutions are allowed) stated in the Solicitation to NTIA, 1401 Constitution Avenue, NW, Suite 4893, Washington, DC 20230. *** *** The Government plans to award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: T echnical capability of the item offered, Price and Past Performance. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability (Meeting or Exceeding the Requirement, 2) Past Performance, and 3) Price. Technical capability and Past Performance, when combined, shall be approximately equal in importance to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Options - The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items.*** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.*** ***The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (16) 52.222-3, Convict Labor; (17) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (18) 52.222-21, Prohibition of Segregated Facilities; (19) 52-222-26, Equal Opportunity; (21) 52.222-36, Affirmative Action for Workers with Disabilities; (24) 52.222-50 Combating Trafficking in Persons (29) 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; ALTERNATE II (31) 52.225-13 Restriction on Certain Foreign Purchases; (36) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration;1352.201-70, Contracting Officer's Authority; CAM 1352.201-72, Contracting Officer's Representative (COR); 1352-209-73, Compliance with the laws; (Part1/2 and Part 2/2) 1352.209-74, Organizational conflict of interest; 1352.213-70, Evaluation utilizing simplified acquisition procedure; 1352.213-71, Instructions for submitting quotations under the simplified acquisition threshold; 1352.239-70, Software license addendum; 1352.239-71, Electronics and information technology; and (Part 1 /4, 2/4, 3 /4 & 4/4) 1352.239-72, Security requirements for information technology resources. The Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. *** ***All quoters shall submit the following: 1) An original copy of a quotation which addresses ALL Line Items 0001 thru 1004; 2) Description of any commercial warranty; 3) An original copy of the most recent published price list(s), and 4) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address. This is an Open-Market Combined Synopsis/Solicitation for Riverbed software maintenance as defined herein. Unless otherwise stated herein, bids must be good for 30 calendar days after close of the solicitation. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s)." Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. ***All quotes shall be received not later than 3:00 PM, Eastern Standard Time, on July 18, 2016 at Email Address: dsanders.ctr@ntia.doc.gov. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Dora Sanders) @ dsanders.ctr@ntia.doc.gov. E-mailed quotes ARE acceptable. Faxed quotes will NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1335-16-Q-02152/listing.html)
 
Record
SN04173703-W 20160709/160707234809-8350296b22c8d3aac007e3f056c0c4e6 (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.